Loading...
HomeMy WebLinkAbout063970-PM2 - Construction-Related - Contract - 501 Hemphill, LLC and CSS (Concrete & Steel Structures)PROJECT MANUAL FOR THE CONSTRUCTION OF 501 Hemphill Street IPRC Record No. IPRC25-0072 City Project No. 106279 FID No. 30114-0200431-106279-E07685 File No. N/A X File No. X-28595 Mattie Parker Jesus “Jay” Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth October 2025 Shield Engineering Group TBPE Firm #F-11039 TBPLS Firm # 10193890 1600 W 7th St., Suite 400, Fort Worth, TX. 76102 817-810-0696 Owner/Developer Alex S. Bryant 501 HEMPHILL, LLC 3909 Hulen St, Suite 350 Forth Worth, TX 76107 (817) 469-4868 CSC No. 63970-PM2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 CITY OF FORT WORTH 501 Hemphill Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 106279 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Water & Sewer 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 General Conditions 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 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 CITY OF FORT WORTH 501 Hemphill Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 106279 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 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 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 CITY OF FORT WORTH 501 Hemphill Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 106279 Revised March 20, 2020 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 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 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 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 CITY OF FORT WORTH 501 Hemphill Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 106279 Revised March 20, 2020 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 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 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 CITY OF FORT WORTH 501 Hemphill Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 106279 Revised March 20, 2020 Appendix GC-4.02 Subsurface and Physical Conditions – Geotechnical Report Provided GC-6.09 Permits and Utilities – Tree Planting Permit GR-01 60 00 Product Requirements – COFW TPW & Water Dept. Standard Product List END OF SECTION  '$3%,'352326$/ 3DJHRI 5HPRYH&RQF&XUE *XWWHU /)   7UHQFK6DIHW\ /)   ;7DSSLQJ6DGGOH ($   :DWHU6HUYLFH/LQH 'RPHVWLF ($   ;&XWLQ7HH ($   *DWH9DOYH ($   *DWH9DOYH ($   :DWHU/LQH /)   :LGH$VSKDOW3YPW5HSDLU$UWHULDO /)    :LGH$VSKDOW3YPW5HSDLU%H\RQG'HILQHG:LGWK$UWHULDO 6<   6XUIDFH0LOOLQJ 6<                                      %LGOLVW ,WHP1R 81,7,:$7(5,03529(0(176 6(&7,21 'HYHORSHU$ZDUGHG3URMHFWV352326$/)250 %LGGHU V3URSRVDO 'HVFULSWLRQ 727$/81,7,:$7(5,03529(0(176  %LG 4XDQWLW\8QLW3ULFH %LG9DOXH 3URMHFW,WHP,QIRUPDWLRQ 81,735,&(%,' %LGGHU V$SSOLFDWLRQ 6SHFLILFDWLRQ6HFWLRQ1R8QLWRI 0HDVXUH &,7<2))257:257+ 67$1'$5'&216758&7,2163(&,),&$7,21'2&80(176'(9(/23(5$:$5'('352-(&76 )RUP9HUVLRQ0D\&)$+HPSKLOO6LWHB%LG3URSRVDO         >?@*@A7 *5@ :55?*')6&&      !"## $                  !"     # $%&'!(  ) *     +   , -./0 12*)*3 *2   4+ 0        .2 *   , 5 6    7 2.1 .2                  ! ! "#  "#$ %&  '&($ )!& + ,- .. ,/ ,0 ," + ", $+, "1+ . +, " +$%1", 1)1 1 / 1 21+, .)%(*3 +.40 5!!6  !#7! &RQVWUXFWLRQ0DQDJHU  8                           !"#$%$&"'$()'"'*)'  +,(&- (*.$()/'*01            !!" #"$% "!&'()&& *"'& *+),+- !*& - *&("$%)  !*&"&"# *!."#%+*&"&"#,'&- *&*!&%& ) /"&'0","1&-(2#3) #&!4*&50"6"1 -(7+8("9 !&'()&'0","1&-(*!&%)!#" (& *#("9 !!+-&6&" ("&'*&",&"*!#,"*! 6"(9 *4 0"6"1-( *&"&".%+*&"&"'(*-' "$%)  & * 8( "& *& 6&"*,9)('*&: + ) && *:*! !9)('*&(*%&27 *! *!"3 2*"&;&)&"%&%"#3 %*!"# *!"+-"&  #&&&*&"&"#*!."#%+*&"&"#!#" +! *&&+)+9 "%""*&)-("$%)  !"&,"1&-(#) #&!4  2*"&;&)&"%&%"#3< <%''""#& => %")#*:?@AB CCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCCC 2 *&%"3  >  >    CCCCCCCCCCCCCCCCCCCC 2 3 &RQVWUXFWLRQ0DQDJHU  9/30/2026 UU-l�'�,- I CONTRACTOR COhiPL1ANCE W[TH �'ORKCR'S CO�'[PE�SA�C[ON l A�V' Pa�?e I of 1 � ; � 5 6 7 g 9 io �i 12 13 14 1� lE 17 18 l9 ,� 21 ?? �; ?4 ?� 26 �� ?� �� 30 31 3� 33 ;� 3j 36 ;7 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. Contractor ceetifies that it providcs worker's compensation insurance coverage for all of its enlployees cu�ploy�d on City Project No. 106279. Contractor fin-ther certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provid� to City its slibcuutractor's certiticates of compliance ��°ith worker's compensation covcrage. co�vTu.acTOR: CSS (Concrete & Steel Structures) Company 32� Sti�mn�zrcrest Address Burleson, TX 760�8 City!State/Z. ip THE STATE OF TEXAS COUNTY OF TARRANT � � BV: Pete Chavera (Please Pr-int) Sl�il<1Tllt'c: �`^"� Titl2: Construction Manager ( Please Pr�int) BE RE ME, thc undersigned authority. on this day personally appeared _��'� , known to me to be the person whose name is subscribed to the fore oi it ,truinent, and aclalo vledged to me that he/she executed the s�line as the act and deed of ��S � ' �e purposes and consideration therein cxpressed ancl m the capacity thereiu stated. GIVEN UNDER � Y_I-�AND AND SEAL OF OFFICE this I� day of � �r��C11� ,'o��, o ` 9' ��ra��P� �� TAYLOR DANIELLE GARCIA �;t� t .1 .,e� . � � � � __� �z; � ��Notary Pub�ic, State of Texas .:✓�� ;�,,:��e; CAmm. Expires o2-�6-zo28 Notary PublicJ in and for the State of Texas '�;�o�„�.`� Notary ID 133593690 �� �:. END OF SECTION CI"fY OF FOR"f WOR'll-I STAiVDARD CONSTRUCTION SPEC[FICAT fO�I DOCUMEtiTS Revised �pril 2. 2014 50( f�IE�IPHILL S"�REE'1' CPN: 106�79 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 CITY OF FORT WORTH 501 HEMPHILL STREET STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 106279 Revised June 16, 2016 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on ______________is made by and between the Developer, 4 501 Hemphill, LLC authorized to do business in Texas (“Developer”) , and CSS (Concrete & 5 Steel Structures) authorized to do business in Texas, acting by and through its duly authorized 6 representative, (“Contractor”). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 501 Hemphill Street_______________________________________________________ 16 CPN: ____106279___________________________________________________________ 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within {8} working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer Six Hundred and Fifty Dollars ($650.00) for each day that expires after the 35 time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter 36 of Acceptance. 9/11/2025 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 CITY OF FORT WORTH 501 HEMPHILL STREET STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 106279 Revised June 16, 2016 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of TWENTY-NINE THOUSAND FIVE HUNDRED 40 FIFTY DOLLARS AND ZERO CENTS ($29,550.00). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker’s Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project’s Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 CITY OF FORT WORTH 501 HEMPHILL STREET STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 106279 Revised June 16, 2016 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by any act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is alleged or 93 proven that all or some of the damages being sought were caused, in whole or in part, 94 by any act, omission or negligence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 CITY OF FORT WORTH 501 HEMPHILL STREET STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 106279 Revised June 16, 2016 116 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatory of the Contractor. 120 121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 122 counterparts. 123 124 This Agreement is effective as of the last date signed by the Parties (“Effective Date”). 125 Contractor: Developer: CSS (Concrete & Steel Structures) 501 Hemphill, LLC By: By: (Signature) (Signature) (Printed Name) (Printed Name) Title: Title: Company Name: CSS (Concrete & Steel Structures) Company Name: 501 Hemphill, LLC Address: 325 Summercrest Address: 3909 Hulen Street, Suite 350 City/State/Zip: Burleson, TX 76028 City/State/Zip: Fort Worth, TX 76107 __________________________________ Date Date 126 8-25-259/11/20258-25-259/11/2025 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 CITY OF FORT WORTH 501 HEMPHILL STREET STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 106279 Revised July 1, 2011 1 SECTION 00 61 25 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 00 62 13 - 1 PERFORMANCE BOND Page 1 of 2 CITY OF FORT WORTH 501 HEMPHILL STREET STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN: 106279 Revised January 31, 2012 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, CSS(Concrete & Steel Structures) , known as “Principal” herein and 8 ____________________________________________, a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as “Surety” herein (whether one 10 or more), are held and firmly bound unto the Developer, 501 HEMPHILL, LLC, authorized to do 11 business in Texas (“Developer”) and the City of Fort Worth, a Texas municipal corporation 12 (“City”), in the penal sum of, TWENTY-NINE THOUSAND FIVE HUNDRED FIFTY 13 DOLLARS AND ZERO CENTS ($29,550.00), lawful money of the United States, to be paid in 14 Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made 15 jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities 19 Agreement, CFA Number CFA25-0109; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the _____ day of ________________, 20___, which Contract is hereby referred to and made a 22 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as 307 W Daggett Avenue. 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 shall faithfully perform it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the Developer and/or City, then this 30 obligation shall be and become null and void, otherwise to remain in full force and effect. 31 32 33 11th September 25 3HWH&KDYHUD0DQDJHU Bond # CE11729000108 pHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA ] 9004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Michael D. La[fre. Pltilliq Simons. Brad F3ullerdieek. Bemardn C. 5cerr.� Crasuar. Mati Ba�klar�F. Brian �. Russell Jr.. Robert J. Woll: [3iaice Olivcr_ A� ce Joh�son_ Mark Karr_ Fsteb�3� fEores. R. M. Fricdik. J.C. Shi�cly Bclinda_ 1nlv�son. Michael Simans. Miclirllc L. F�dridec and I_auren Casev Al�xander of l�lF1' ProrwrlY & Casuafty Serviu:s. lnc. its true and lawful Altarney-in-i�sct ���ith full authority to execute on its behalf hnnds. under�ak ings, recognizances and other contracts of indemnity and writings obl iga[ory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed 53a,U06.aQn. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the l4"' ofNovember2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such ofticers and the seal of the Company may be affixed to any such Power of Attomey or certificate relating thereto by facsimile, and any such Power of Attomey so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS STH DAY OF OCTOBER 2024. i •- ` r��� (Seal) ' •• Sr.+h Gian�. Presiclrns � CEQ Philadelphia lndemnity Insurance Company On this 5`h day of October, 2024 before me came the individual who executed the preceding instrumen� to me personally known, and being by me duly swom said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURAIVCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. Notary Public: CommomvnNn � 4�ennayfvank • Ncary saa� Yenessa Mcken2ie, NolaryPubiic DNawan Caumy My tamml�elat expfresNoamber 3,'2028 Cammitaus� num6er 13&639� Alarr,pu, P����y��a+ �►ssvel�uanef �a�arNs � residing at: My commission expires: �f��Y� v.}� Y'Y'1���.�,.._�n�.3% Linwood, PA November 3, 2028 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attomey issued pursuant thereto on the 5'� day October 2024 are true and correct and are still in ful] force and effect. I do further ceRify that lohn Glomb, who executed the Power of Attomey as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 11 th day of September Zp 25 ,`r 1 ��?� . �RJ. " i... �,.r•..� � �� Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing [his certificate verifies only the identity of [he individual who signed the document to which this certi£icate is a[tached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On 09/11/2025 before me, R. M. Friedik , Notary Public, (Here insert name and title of the officer) personally appeared Esteban Flores who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS :�n�!'and a �cial seaL ' " R. M. FRIEDIK �+`' .... r . ��- Notary Public - California z � � <,'� ' Ventura County � � � •�° = = r'�" " Commission # 2387569 � /L ��•��_��-'�'My Comm. Expires Dec 19, 2025 � (Notary Seal) SignatureofN��lasy Public � # ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF TI-� ATTACI-�D DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLA[MED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney-in-Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknoivledgn:ent completed rn Cnlrfornra inast contain verbrage exacdy as nppears above in the notary sectron or n separate acknoivledgment form mnst be properly complered and attnched to that documen�. The only erceptron is if a docnment rs to be reca•ded otitside of Calrfornra. /n such ins(ances, any allernative acknoivledgn:en� verbiage as may be prin�ed on sirch a docrrnrent so long as the verbiage does not re9�ure the nomry to do somethrng that rs illegal for n nota�y in Calrfornia (i.e. cert�rng the aalhori=ed capaciry of the signer). Please check the docxment carefidly for proper notarial ivording and atfach this forni if reqnrred. • State and County inFormation must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. •[ndicate the correct singular or plural Forms by crossing off incorrect forms (i.e he/she/�Fiey- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, othervvise complete a different acknowledgment form • Signature of the notary public must match the signature on file with the office of the county clerk . Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. . fndicate title or rype of attached document, number of pages and date. . Indicate the capaciry claimed by the signer. ff the claimed capaciry is a corpora[e officer, indicate the [itle (i.e CEO, CFO, Secretary). • Securely attach this document to the signed document C 2004-2015 Pml.ink Signing Scrvicc, inc - All Rights Rcscrvcd www ThcPml.ink rnm - Nahonwidc Nntary Scrvicc 00 62 14 - 1 DAP - PAYMENT BOND Page 1 of 2 CITY OF FORT WORTH 501 HEMPHILL STREET STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN: 106279 Revised January 31, 2012 1 SECTION 00 62 14 2 DAP - PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, CSS (Concrete & Steel Structures) , known as “Principal” herein and 8 _________________________________________________________, a corporate surety ( or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 “Surety” herein (whether one or more), are held and firmly bound unto the Developer, _501 11 HEMPHILL, LLC , authorized to do business in Texas “(Developer”), and the City of Fort 12 Worth, a Texas municipal corporation (“City”), in the penal sum of TWENTY-NINE 13 THOUSAND FIVE HUNDRED FIFTY DOLLARS AND ZERO CENTS ($29,550.00), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 15 payment of which sum well and truly be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number CFA25-0109; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the ________day of ______________________, 20_____, which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as 501 HEMPHILL STREET. 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. 11th September 25 3HWH&KDYHUD0DQDJHU Bond # CE11729000108 pHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws ofthe Commonwealth of Pennsylvania, does hereby constitute and appoint MirhaeE I]. Laore. F'hillip 5smons. Brad l3ullrrdieck. T3emardo C. $Cor�a Gaspar. Matf BqCkIa�C. Brian D. Ru55C11 !ry Ra6c:ri J. W�l[: Rlakc Qliver_ Art�ce Iahnsoit. l�lark iCarr. Csteban 1=lores. R. M. Fnedik. J.C. $hivelv� Bclinda ]ohnson. i+Aichae! Simons. Michcllc L. Eldrid�e and 1..auren Caseti• Aiex��dcr of NFP Prup�:r[y & CasualEv 5crvices, Inc. . its true and lawful Attomey-in-Fac� �vi�h full authority to execute on i[s 1�cEaaifbonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed 550,000,000. This Power of Attomey is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMN[TY INSURANCE COMPANY on the 14'h ofNovember 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Campa«y� ( I] Appoinl At�omey(s} in f=act and au[Iaanxe d�e Attamey[s} in Fa�t to excciite an hehaif of �he Company bonds �nd vnclenakings, cpntracts of indcmnily and aiiier �vniings obligatory in lhe nature �I�ereaFand lo sitach ihc seal af lhe Coinpany thercia: and {2J to reinove, a� any sin�e, any such Attorney-in-fa�t and revoke she au�i�nrity gi�•en. And, be it FURTHER RESOLVED: That �he signaiures of such ot3i�cers and �he seal of the Campany may he af6xed to any such Pawer of Aitorney or a;rtificate rclating Sl�creto by lacsimilc, and any such Power of Attomey so e�ecteted and certified by fucsimile signatures and facsimile seal shall be valid ao�d hinding upon the Company in the !'u�ure with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS STH DAY OF OCTOBER 2024. r . I . : � �.� 7 �. . , (Seal) . • � [` Ic�li GiexixU. i'residei�t 8. CFO Philadelphia lndemnity Insurance Company On this 5'h day of October, 2024 before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his si�ature were duly affixed. Commomv�ilih a� Pennay�v�nie • Nonry 5a�i Yenessa FAck�nzie. Natary Public D�Iavr�tti Couftty My can+mle slort expire� Mc�emGer 3.202$ Cammisalnts nurnber 1386391 #fer�,p�r. amn�y��e� t►ssaeufio�a� ruotan�s Notary Public: residing at: My commission expires: `�,����r�� Y}'��—�a ��Q Linwood, PA November 3, 2028 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attomey issued pursuant thereto on the 5'" day October 2024 are true and correct and are still in full force and effect. I do further certify that John Glomb, who executed the Power of Attomey as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. ln Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this � 1th day of S2pt2tllb@f 20 25 � � T ��7 . i : ., .. • ,..,.r � �� Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate veri£ies only the identity of the individual who signed the document to which this certificate is attached, and not the truthCulness, accuracy, or validity of that document. State of California County of _Los Angeles On 09/11/2025 before me, R. M. Friedik , Notary Public, (Here insert name and title of the officer) personally appeared Esteban Flores who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. �.•�,,�r nR. M. FRIEDIK WITNESS my hand and of� ' eal. :% .�.•_ Nota Public-California = ,. � = Ventura County > � � r ,�. � Commission � 2387569 ( � =•<<•os~'` My Comm. Expires Dec 19, 2025 } (Notary Seal) �- � Signature of Notary Public -� + � ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF TI-IE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ A[torney-iirFact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any ncknoivledg�nent complered in Californra mnst contain verbrage e.ractiv as appears above rn the nofnry secrron or a separate acknoivledgment forni nttist be properlv con:pleted and a!lached m that docamenl. The only exceptron is if n documenl rs to be recorded ontside of California. !n sach instnnces, any a(te�•native acknoivledgn:ent verbiage as mcry be prrnted on strch a doctunent so long as the verbinge does not reguire the notary to do something that rs rllegal for a notnry rn Cnlrfornia (i.e. cerrifying the ai�thorrred capaciN of the signer). Please check the documenl carefidly for proper notarrnl wording and attach this form if reqaired. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed, • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public) • Print the name(s) of document signer(s) who personalty appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e #�e/she/t#ey- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. [mpression must not cover text or lines. [f seal impression smudges, re-seal if a sufFicient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. . Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document Indicate title or rype of attached document, number of pages and date. . lndicate the capaciry claimed by the signer If the claimed capaciry is a corporate officer, indicate the title (i e CEO, CFO, Secretary) • Securely attach this document to the signed document C 2004-2015 ProT.ink Signing Scrvicc, fnc — All Righ[s Rcscrvcd www ThcProT.ink mm —\a[ionwidc No[ary Scrvicc 00 62 13 - 1 PAE - R AFOMNOAOCN BDOP Eage 1 of I CFMT DY YDWM HDWM5 L01 5NRE5FSS –MWNNM –MAOPAWP CFMT CDOPFMFD O – V P NJ NS D ENW AH AWPNP EWD:NCM– CEO7 106293 Wevised :anuary I1, 2012 1 SECTION 00 62 19 2 PAE - R AFOMNOAOCN BDOP I 4 THE STATE OF TEXAS § L § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 9 Mhat we C–– (Concrete & –teel –tructures) , known as “Erincipal” herein and 8 ____________________________________________, a corporate surety (sureties, if more than 3 one) duly authorized to do business in the –tate of Mexas, known as “–urety” herein (whether one 10 or more), are held and firmly bound unto the Peveloper, L01 5 NR E5 FSS, SSC, authorized to do 11 business in Mexas (“Peveloper”) and the City of Yort H orth, a Mexas municipal corporation 12 (“City”), in the sum of TWENTY-NINE THOUSAND FIVE HUNDRED FIFTY DOLLARS 1I AND ZERO CENTS ($29,550.00), lawful money of the United –tates, to be paid in Yort H orth, 14 Marrant County, Mexas, for payment of which sum well and truly be made jointly unto the 1L Peveloper and the City as dual obligees and their successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 19 18 WHEREAS, Peveloper and City have entered into an Agreement for the construction of 13 community facilities in the City of Yort H orth by and through a Community Yacilities 20 Agreement, CYA Oumber CYA2L-0103; and 21 WHEREAS, the Erincipal has entered into a certain written contract with the Peveloper 22 awarded the_____ day of , 20 , which Contract is 2I hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment labor and other accessories as defined by law, in the prosecution of the 2L H ork, including any H ork resulting from a duly authorized Change Drder (collectively herein, 26 the “H ork”) as provided for in said Contract and designated as 501 Hemphill Street and 29 28 WHEREAS, Erincipal binds itself to use such materials and to so construct the H ork in 23 accordance with the plans, specifications and Contract Pocuments that the H ork is and will I0 remain free from defects in materials or workmanship for and during the period of two (2) years I1 after the date of Yinal Acceptance of the H ork by the City (“R aintenance Eeriod”); and I2 11th September 25 006219-2 DAP - MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tanant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 �xa CITY OF FORT WORTH 501 HEMPHILL STREET STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 106279 Revised January 31, 2012 3HWH&KDYHUD0DQDJHU Bond # CE11729000108 pHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA IIYDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws ofthe Commonwealth ofPennsylvania, does hereby constitute and appoint Michael Q. Laore. Phiifin 5imans, Brad L3ullenlieck. E3emardo C. Scarr.a Gaspar. �1ntl k3cxklar�c, F3rian D. RusselE Jr., Robert J. Wc�IF. Bla1;e 0liver, An��ce lnhnso Mark Kare, Esteban 1=1ares. R. M. Friedik. J.C. SE�i�civ, Bclinda Jvhnson. Michael 5imans. Michcli� L. �Idridsc and i.aurcn Casev Ale�ander of NFP Propertv &�as�al�� 5cn�i�es. Inti. . its true and 1au�fuf Attomey-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts oFind�mnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed SSO.ona.ono. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY [NSURANCE COMPANY on the 14'� of November 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attomey or certificate relating thereto by facsimile, and any such Power of Attomey so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND 1TS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS STH DAY OF OCTOBER 2024. = .lJ2i . (Seal) � "' ]c,i� Glcam[�. Presiticnl &. CEd Philadelphia lndemnity Insurance Company On this 5`h day of October, 2024 before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSLiRANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. Cpmmamv�aflh v� PeMSyiv�nie • Hollry Seif Yanessa Mcicenzie. Notary Pubiic D�i�wan Caur�y hty cpmmiselo� aKpirea No�ember 3, x428 Commiulartnurneei �38635� M��r.Du. ��n��y��a^ � Assesl�uo� �MNor�rH� Notary Public: residing at: My commission expires: •r r� a s� n- l`--� ��+-��c� Linwood, PA November 3, 2028 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attomey issued pursuant thereto on the 5'h day October 2024 are true and correct and are still in full force and effect. I do further ceRify that John Glomb, who executed the Power of Attomey as President, was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this �� th aay of September Zp 2s . �Y � .. . �' 2 ,rr� � - � . S' r.y N,, �..�an � ��� Edward Sayago, Corporate Secretary PI-IILAAELPHIA INDEMNITY INSURANCE COMPANY CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On 09�11/2025 before me, R. M. Friedik _ , Notary Public, (Here insert name and title of the officer) personally appeared Esteban Flores . , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and v ' seal. �= '-� R. M. FRIEDIK y �; � Notary Public - California z � y�� Yentura County � � Commission � 2387569 � (Notary Seal) � = �• h+y Comm. Expires Dec 19, 2025 � Signature of Notary I'uh c; � ♦ ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACNED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney-in-Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM :I�rt• rrc'ki�u+rledb++re�rl r'ai�ple�c[I iir Crrlijbr'ui[+ n�rrs� c•a�rtr+ii� s•e�rhidge e_raah us <rpf�eni•s crbrn'2 r�: rl�e �rorar�� secr+er�r nr cr su��sr+Y+re crcksiw�•lydg�+rtrrr�or��i �+r�+sr L� p1•nperlti cury�pl��ed uild srHe're'Irrrl �a llrrrr drJc•r.+irerrr. 7'1�e or1lr e.xceprir��i ix rf cr cluc ruueu� rs �0 6u rervrrled nirlsrde uf Cr+rrjoi•nir�. A+ s�rch r��s�[nrees. a�?r ul�e+•�+crrrre acknoivledgment vei•biage as may be printed on sach a document so long as the ti•erbirrgc cloes iior reqrrri•e rlre rraran• �r� dc� svrucrhi�rg rlrrrr �s illego! fn�• a+iorun� +ir C�ulif'nr'+iiu {i.e. ce+'rrfi irrg ilre u+�rlroi•r=eef caprre•r{s aj rlre srg�rerJ. Pleuse rlrerk flre r1uC117+r� rrf e•e�rNfl�!!i ;�01' p+•u�]ur• iln7tlr'iClf tis•li+Yli�7g a17d dflaclr 111rs f �riri if rerprr�•�rl. • State and Counry information must be the State and County where the document signer(s) personally appeared before the notary public for acknowl�dement. • Date of notarization must be the date that the signer(s) personally aprnared which must also be the same date the acknowledgment is completed • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. •[ndicate the correct singular or plural forms by crossing off incorrect forms (i e. lae/she/E#+er is /afe ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • Thc no�ary seal impr�ssion ntust be clear and photn�rapliirally repradurible. 3m�r�ssion must nn� enver t��� or lines. [f szal impressian smud�es. re-s�al if a siifiiciant area permits, o�her�+ise complete u dillerent acknoti+I�dgment form • Signature of the notary public must match the signature on file with the office oF Ihe county clerk. . Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or rype of attached document, number of pages and date. . [ndicate the capaciry claimed by the signer lf the claimed capaciry is a corporate officer, mdicate the title (i e CEO, CFQ Secretary) • Securely attach this document to the signed document C 2004-2015 Proi.ink Sign mg Scrncc,lnc - All Righls Rcscrvcd www ThcProT.ink mm - Nationwidc Natary Scrvicc CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 307 W Daggett Avenue CPN: 105705 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 307 W Daggett Avenue CPN: 105705 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 307 W Daggett Avenue CPN: 105705 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 307 W Daggett Avenue CPN: 105705 14.02 Computation of Times ................................................................................................................ 34 14.03 Cumulative Remedies ................................................................................................................. 34 14.04 Survival of Obligations ............................................................................................................... 35 14.05 Headings ...................................................................................................................................... 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 307 W Daggett Avenue CPN: 105705 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on -line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City — The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 307 W Daggett Avenue CPN: 105705 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 307 W Daggett Avenue CPN: 105705 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 307 W Daggett Avenue CPN: 105705 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 307 W Daggett Avenue CPN: 105705 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 307 W Daggett Avenue CPN: 105705 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 307 W Daggett Avenue CPN: 105705 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 307 W Daggett Avenue CPN: 105705 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 307 W Daggett Avenue CPN: 105705 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 307 W Daggett Avenue CPN: 105705 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 307 W Daggett Avenue CPN: 105705 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: None b. Each Occurrence: : None 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or -equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS –DEVELOPERAWARDED PROJECTS Revised: January 10, 2013 00 73 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of35 Required for thisContract. Not Required for thisContract. 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 withContractor. D.All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City throughContractor. 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS –DEVELOPERAWARDED PROJECTS Revised: January 10, 2013 00 73 10-18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for thisContract. 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 Code2258.023. 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 towhether 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean- up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.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. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 307 W Daggett Avenue CPN: 105705 SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents 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. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 307 W Daggett Avenue CPN: 105705 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 307 W Daggett Avenue CPN: 105705 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 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 307 W Daggett Avenue CPN 105705 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, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 307 W Daggett Avenue CPN 105705 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 307 W Daggett Avenue CPN 105705 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 307 W Daggett Avenue CPN 105705 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 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 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 307 W Daggett Avenue CPN: 105705 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 307 W Daggett Avenue CPN: 105705 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments 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 3 307 W Daggett Avenue CPN: 105705 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 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 307 W Daggett Avenue CPN: 105705 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] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 307 W Daggett Avenue CPN: 105705 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 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 following 6 Work-related submittals: 7 a. Shop Drawings 8 b. Product Data (including Standard Product List submittals) 9 c. Samples 10 d. Mock Ups 11 B. Deviations from this City of Fort Worth Standard Specification 12 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 Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 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. Coordination 23 1. Notify the City in writing, at the time of submittal, of any deviations in the 24 submittals from the requirements of the Contract Documents. 25 2. Coordination of Submittal Times 26 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 27 performing the related Work or other applicable activities, or within the time 28 specified in the individual Work Sections, of the Specifications. 29 b. Contractor is responsible such that the installation will not be delayed by 30 processing times including, but not limited to: 31 a) Disapproval and resubmittal (if required) 32 b) Coordination with other submittals 33 c) Testing 34 d) Purchasing 35 e) Fabrication 36 f) Delivery 37 g) Similar sequenced activities 38 c. No extension of time will be authorized because of the Contractor's failure to 39 transmit submittals sufficiently in advance of the Work. 40 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 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 Numbering 4 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 each 8 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 typical 11 submittal number would be as follows: 12 13 03 30 00-08-B 14 15 1) 03 30 00 is the Specification Section for Concrete 16 2) 08 is the eighth initial submittal under this Specification Section 17 3) B is the third submission (second resubmission) of that particular shop 18 drawing 19 C. Contractor Certification 20 1. Review shop drawings, product data and samples, including those by 21 subcontractors, prior to submission to determine and verify the following: 22 a. Field measurements 23 b. Field construction criteria 24 c. Catalog numbers and similar data 25 d. Conformance with the Contract Documents 26 2. Provide each shop drawing, sample and product data submitted by the Contractor 27 with a Certification Statement affixed including: 28 a. The Contractor's Company name 29 b. Signature of submittal reviewer 30 c. Certification Statement 31 1) “By this submittal, I hereby represent that I have determined and verified 32 field measurements, field construction criteria, materials, dimensions, 33 catalog numbers and similar data and I have checked and coordinated each 34 item with other applicable approved shop drawings." 35 D. Submittal Format 36 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. Order 39 a. Cover Sheet 40 1) Description of Packet 41 2) Contractor Certification 42 b. List of items / Table of Contents 43 c. Product Data /Shop Drawings/Samples /Calculations 44 E. Submittal Content 45 1. The date of submission and the dates of any previous submissions 46 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 Revised August 30, 2013 2. The Project title and number 1 3. Contractor identification 2 4. The names of: 3 a. Contractor 4 b. Supplier 5 c. Manufacturer 6 5. Identification of the product, with the Specification Section number, page and 7 paragraph(s) 8 6. Field dimensions, clearly identified as such 9 7. Relation to adjacent or critical features of the Work or materials 10 8. Applicable standards, such as ASTM or Federal Specification numbers 11 9. Identification by highlighting of deviations from Contract Documents 12 10. Identification by highlighting of revisions on resubmittals 13 11. An 8-inch x 3-inch blank space for Contractor and City stamps 14 F. Shop Drawings 15 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 drawings 18 b. Scheduled information 19 c. Setting diagrams 20 d. Actual shopwork manufacturing instructions 21 e. Custom templates 22 f. Special wiring diagrams 23 g. Coordination drawings 24 h. Individual system or equipment inspection and test reports including: 25 1) Performance curves and certifications 26 i. As applicable to the Work 27 2. Details 28 a. Relation of the various parts to the main members and lines of the structure 29 b. Where correct fabrication of the Work depends upon field measurements 30 1) Provide such measurements and note on the drawings prior to submitting 31 for approval. 32 G. Product Data 33 1. For submittals of product data for products included on the City’s Standard Product 34 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 Standard 36 Product List, submittal data may include, but is not necessarily limited to: 37 a. Standard prepared data for manufactured products (sometimes referred to as 38 catalog data) 39 1) Such as the manufacturer's product specification and installation 40 instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing-in diagrams and templates 44 5) Catalog cuts 45 6) Product photographs 46 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 Revised August 30, 2013 7) Standard wiring diagrams 1 8) Printed performance curves and operational-range diagrams 2 9) Production or quality control inspection and test reports and certifications 3 10) Mill reports 4 11) Product operating and maintenance instructions and recommended 5 spare-parts listing and printed product warranties 6 12) As applicable to the Work 7 H. Samples 8 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 Work 11 2) Small cuts or containers of materials 12 3) Complete units of repetitively used products color/texture/pattern swatches 13 and range sets 14 4) Specimens for coordination of visual effect 15 5) Graphic symbols and units of Work to be used by the City for independent 16 inspection and testing, as applicable to the Work 17 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 18 be fabricated or installed prior to the approval or qualified approval of such item. 19 1. Fabrication performed, materials purchased or on-site construction accomplished 20 which does not conform to approved shop drawings and data is at the Contractor's 21 risk. 22 2. The City will not be liable for any expense or delay due to corrections or remedies 23 required to accomplish conformity. 24 3. Complete project Work, materials, fabrication, and installations in conformance 25 with approved shop drawings, applicable samples, and product data. 26 J. Submittal Distribution 27 1. Electronic Distribution 28 a. Confirm development of Project directory for electronic submittals to be 29 uploaded to City’s Buzzsaw site, or another external FTP site approved by the 30 City. 31 b. Shop Drawings 32 1) Upload submittal to designated project directory and notify appropriate 33 City representatives via email of submittal posting. 34 2) Hard Copies 35 a) 3 copies for all submittals 36 b) If Contractor requires more than 1 hard copy of Shop Drawings 37 returned, Contractor shall submit more than the number of copies listed 38 above. 39 c. Product Data 40 1) Upload submittal to designated project directory and notify appropriate 41 City representatives via email of submittal posting. 42 2) Hard Copies 43 a) 3 copies for all submittals 44 d. Samples 45 1) Distributed to the Project Representative 46 2. Hard Copy Distribution (if required in lieu of electronic distribution) 47 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 Revised August 30, 2013 a. Shop Drawings 1 1) Distributed to the City 2 2) Copies 3 a) 8 copies for mechanical submittals 4 b) 7 copies for all other submittals 5 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 Data 8 1) Distributed to the City 9 2) Copies 10 a) 4 copies 11 c. Samples 12 1) Distributed to the Project Representative 13 2) Copies 14 a) Submit the number stated in the respective Specification Sections. 15 3. Distribute reproductions of approved shop drawings and copies of approved 16 product data and samples, where required, to the job site file and elsewhere as 17 directed by the City. 18 a. Provide number of copies as directed by the City but not exceeding the number 19 previously specified. 20 K. Submittal Review 21 1. The review of shop drawings, data and samples will be for general conformance 22 with the design concept and Contract Documents. This is not to be construed as: 23 a. Permitting any departure from the Contract requirements 24 b. Relieving the Contractor of responsibility for any errors, including details, 25 dimensions, and materials 26 c. Approving departures from details furnished by the City, except as otherwise 27 provided herein 28 2. The review and approval of shop drawings, samples or product data by the City 29 does not relieve the Contractor from his/her responsibility with regard to the 30 fulfillment of the terms of the Contract. 31 a. All risks of error and omission are assumed by the Contractor, and the City will 32 have no responsibility therefore. 33 3. The Contractor remains responsible for details and accuracy, for coordinating the 34 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 a 37 departure from the Contract requirements which City finds to be in the interest of 38 the City and to be so minor as not to involve a change in Contract Price or time for 39 performance, the City may return the reviewed drawings without noting an 40 exception. 41 5. Submittals will be returned to the Contractor under 1 of the following codes: 42 a. Code 1 43 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 44 comments on the submittal. 45 a) When returned under this code the Contractor may release the 46 equipment and/or material for manufacture. 47 b. Code 2 48 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 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 the 4 final product. 5 c. Code 3 6 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 7 assigned when notations and comments are extensive enough to require a 8 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 the 11 final product. 12 b) This resubmittal is to address all comments, omissions and 13 non-conforming items that were noted. 14 c) Resubmittal is to be received by the City within 15 Calendar Days of 15 the date of the City's transmittal requiring the resubmittal. 16 d. Code 4 17 1) "NOT APPROVED" is assigned when the submittal does not meet the 18 intent of the Contract Documents. 19 a) The Contractor must resubmit the entire package revised to bring the 20 submittal into conformance. 21 b) It may be necessary to resubmit using a different manufacturer/vendor 22 to meet the Contract Documents. 23 6. Resubmittals 24 a. Handled in the same manner as first submittals 25 1) Corrections other than requested by the City 26 2) Marked with revision triangle or other similar method 27 a) At Contractor’s risk if not marked 28 b. Submittals for each item will be reviewed no more than twice at the City’s 29 expense. 30 1) All subsequent reviews will be performed at times convenient to the City 31 and at the Contractor's expense, based on the City's or City 32 Representative’s then prevailing rates. 33 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 34 all such fees invoiced by the City. 35 c. The need for more than 1 resubmission or any other delay in obtaining City's 36 review of submittals, will not entitle the Contractor to an extension of Contract 37 Time. 38 7. Partial Submittals 39 a. City reserves the right to not review submittals deemed partial, at the City’s 40 discretion. 41 b. Submittals deemed by the City to be not complete will be returned to the 42 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 the 44 Contractor to the areas that are incomplete. 45 8. If the Contractor considers any correction indicated on the shop drawings to 46 constitute a change to the Contract Documents, then written notice must be 47 provided thereof to the Developer at least 7 Calendar Days prior to release for 48 manufacture. 49 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 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 Days 4 following receipt of submittal by the City. 5 L. Mock ups 6 1. Mock Up units as specified in individual Sections, include, but are not necessarily 7 limited to, complete units of the standard of acceptance for that type of Work to be 8 used on the Project. Remove at the completion of the Work or when directed. 9 M. Qualifications 10 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 information 14 a. Clarification or interpretation of the contract documents 15 b. When the Contractor believes there is a conflict between Contract Documents 16 c. When the Contractor believes there is a conflict between the Drawings and 17 Specifications 18 1) Identify the conflict and request clarification 19 2. Sufficient information shall be attached to permit a written response without further 20 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 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 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  '$363(&,$/352-(&7352&('85(6 3DJHRI   &,7<2))257:257+  :'DJJHWW$YHQXH 67$1'$5'&216758&7,2163(&,),&$7,21'2&80(176±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±%LGGLQJ5HTXLUHPHQWV&RQWUDFW)RUPVDQG&RQGLWLRQVRIWKH&RQWUDFW 'LYLVLRQ±*HQHUDO5HTXLUHPHQWV 6HFWLRQ±&RQQHFWLRQWR([LVWLQJ:DWHU0DLQV  5()(5(1&(6 $5HIHUHQFH6WDQGDUGV 5HIHUHQFHVWDQGDUGVFLWHGLQWKLV6SHFLILFDWLRQUHIHUWRWKHFXUUHQWUHIHUHQFH VWDQGDUGSXEOLVKHGDWWKHWLPHRIWKHODWHVWUHYLVLRQGDWHORJJHGDWWKHHQGRIWKLV 6SHFLILFDWLRQXQOHVVDGDWHLVVSHFLILFDOO\FLWHG +HDOWKDQG6DIHW\&RGH7LWOH6DIHW\6XEWLWOH$3XEOLF6DIHW\&KDSWHU +LJK9ROWDJH2YHUKHDG/LQHV 1RUWK&HQWUDO7H[DV&RXQFLORI*RYHUQPHQWV 1&7&2* ±&OHDQ&RQVWUXFWLRQ 6SHFLILFDWLRQ $'0,1,675$7,9(5(48,5(0(176 $&RRUGLQDWLRQZLWKWKH7H[DV'HSDUWPHQWRI7UDQVSRUWDWLRQ :KHQZRUNLQWKHULJKWRIZD\ZKLFKLVXQGHUWKHMXULVGLFWLRQRIWKH7H[DV 'HSDUWPHQWRI7UDQVSRUWDWLRQ 7['27  D1RWLI\WKH7H[DV'HSDUWPHQWRI7UDQVSRUWDWLRQSULRUWRFRPPHQFLQJDQ\ZRUN WKHUHLQLQDFFRUGDQFHZLWKWKHSURYLVLRQVRIWKHSHUPLW  '$363(&,$/352-(&7352&('85(6 3DJHRI   &,7<2))257:257+  :'DJJHWW$YHQXH 67$1'$5'&216758&7,2163(&,),&$7,21'2&80(176±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¶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±'(9(/23(5$:$5'('352-(&76 &31 5HYLVHG$XJXVW  &RRUGLQDWHDQ\HYHQWWKDWZLOOUHTXLUHFRQQHFWLQJWRRUWKHRSHUDWLRQRIDQH[LVWLQJ &LW\ZDWHUOLQHV\VWHPZLWKWKH&LW\¶VUHSUHVHQWDWLYH D&RRUGLQDWLRQVKDOOEHLQDFFRUGDQFHZLWK6HFWLRQ E,IQHHGHGREWDLQDK\GUDQWZDWHUPHWHUIURPWKH:DWHU'HSDUWPHQWIRUXVH GXULQJWKHOLIHRIQDPHGSURMHFW F,QWKHHYHQWWKDWDZDWHUYDOYHRQDQH[LVWLQJOLYHV\VWHPEHWXUQHGRIIDQGRQ WRDFFRPPRGDWHWKHFRQVWUXFWLRQRIWKHSURMHFWLVUHTXLUHGFRRUGLQDWHWKLV DFWLYLW\WKURXJKWKHDSSURSULDWH&LW\UHSUHVHQWDWLYH  'RQRWRSHUDWHZDWHUOLQHYDOYHVRIH[LVWLQJZDWHUV\VWHP D )DLOXUHWRFRPSO\ZLOOUHQGHUWKH&RQWUDFWRULQYLRODWLRQRI7H[DV3HQDO &RGH7LWOH&KDSWHU &ULPLQDO0LVFKLHI DQGWKH&RQWUDFWRU ZLOOEHSURVHFXWHGWRWKHIXOOH[WHQWRIWKHODZ E ,QDGGLWLRQWKH&RQWUDFWRUZLOODVVXPHDOOOLDELOLWLHVDQG UHVSRQVLELOLWLHVDVDUHVXOWRIWKHVHDFWLRQV )3XEOLF1RWLILFDWLRQ3ULRUWR%HJLQQLQJ&RQVWUXFWLRQ 3ULRUWREHJLQQLQJFRQVWUXFWLRQRQDQ\EORFNLQWKHSURMHFWRQDEORFNE\EORFN EDVLVSUHSDUHDQGGHOLYHUDQRWLFHRUIO\HURIWKHSHQGLQJFRQVWUXFWLRQWRWKHIURQW GRRURIHDFKUHVLGHQFHRUEXVLQHVVWKDWZLOOEHLPSDFWHGE\FRQVWUXFWLRQ7KHQRWLFH VKDOOEHSUHSDUHGDVIROORZV D3RVWQRWLFHRUIO\HUGD\VSULRUWREHJLQQLQJDQ\FRQVWUXFWLRQDFWLYLW\RQHDFK EORFNLQWKHSURMHFWDUHD  3UHSDUHIO\HURQWKH&RQWUDFWRU¶VOHWWHUKHDGDQGLQFOXGHWKHIROORZLQJ LQIRUPDWLRQ D 1DPHRI3URMHFW E &LW\3URMHFW1R &31  F 6FRSHRI3URMHFW LHW\SHRIFRQVWUXFWLRQDFWLYLW\  G $FWXDOFRQVWUXFWLRQGXUDWLRQZLWKLQWKHEORFN H 1DPHRIWKHFRQWUDFWRU¶VIRUHPDQDQGSKRQHQXPEHU I 1DPHRIWKH&LW\¶VLQVSHFWRUDQGSKRQHQXPEHU J &LW\¶VDIWHUKRXUVSKRQHQXPEHU  $VDPSOHRIWKHµSUHFRQVWUXFWLRQQRWLILFDWLRQ¶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¶VOHWWHUKHDGDQGLQFOXGHWKHIROORZLQJ LQIRUPDWLRQ  1DPHRIWKHSURMHFW  &LW\3URMHFW1XPEHU  '$363(&,$/352-(&7352&('85(6 3DJHRI   &,7<2))257:257+  :'DJJHWW$YHQXH 67$1'$5'&216758&7,2163(&,),&$7,21'2&80(176±'(9(/23(5$:$5'('352-(&76 &31 5HYLVHG$XJXVW   'DWHRIWKHLQWHUUXSWLRQRIVHUYLFH  3HULRGWKHLQWHUUXSWLRQZLOOWDNHSODFH  1DPHRIWKHFRQWUDFWRU¶VIRUHPDQDQGSKRQHQXPEHU  1DPHRIWKH&LW\¶VLQVSHFWRUDQGSKRQHQXPEHU F$VDPSOHRIWKHWHPSRUDU\ZDWHUVHUYLFHLQWHUUXSWLRQQRWLILFDWLRQLVDWWDFKHGDV ([KLELW% G'HOLYHUDFRS\RIWKHWHPSRUDU\LQWHUUXSWLRQQRWLILFDWLRQWRWKH&LW\LQVSHFWRU IRUUHYLHZSULRUWREHLQJGLVWULEXWHG H1RLQWHUUXSWLRQRIZDWHUVHUYLFHFDQRFFXUXQWLOWKHIO\HUKDVEHHQGHOLYHUHGWR DOODIIHFWHGUHVLGHQWVDQGEXVLQHVVHV I(OHFWURQLFYHUVLRQVRIWKHVDPSOHIO\HUVFDQEHREWDLQHGIURPWKH3URMHFW &RQVWUXFWLRQ,QVSHFWRU +&RRUGLQDWLRQZLWK8QLWHG6WDWHV$UP\&RUSVRI(QJLQHHUV 86$&(  $WORFDWLRQVLQWKH3URMHFWZKHUHFRQVWUXFWLRQDFWLYLWLHVRFFXULQDUHDVZKHUH 86$&(SHUPLWVDUHUHTXLUHGPHHWDOOUHTXLUHPHQWVVHWIRUWKLQHDFKGHVLJQDWHG SHUPLW ,&RRUGLQDWLRQZLWKLQ5DLOURDG3HUPLW$UHDV $WORFDWLRQVLQWKHSURMHFWZKHUHFRQVWUXFWLRQDFWLYLWLHVRFFXULQDUHDVZKHUH UDLOURDGSHUPLWVDUHUHTXLUHGPHHWDOOUHTXLUHPHQWVVHWIRUWKLQHDFKGHVLJQDWHG UDLOURDGSHUPLW7KLVLQFOXGHVEXWLVQRWOLPLWHGWRSURYLVLRQVIRU D)ODJPHQ E,QVSHFWRUV F6DIHW\WUDLQLQJ G$GGLWLRQDOLQVXUDQFH H,QVXUDQFHFHUWLILFDWHV I2WKHUHPSOR\HHVUHTXLUHGWRSURWHFWWKHULJKWRIZD\DQGSURSHUW\RIWKH 5DLOURDG&RPSDQ\IURPGDPDJHDULVLQJRXWRIDQGRUIURPWKHFRQVWUXFWLRQRI WKHSURMHFW3URSHUXWLOLW\FOHDUDQFHSURFHGXUHVVKDOOEHXVHGLQDFFRUGDQFH ZLWKWKHSHUPLWJXLGHOLQHV 2EWDLQDQ\VXSSOHPHQWDOLQIRUPDWLRQQHHGHGWRFRPSO\ZLWKWKHUDLOURDG¶V UHTXLUHPHQWV -'XVW&RQWURO 8VHDFFHSWDEOHPHDVXUHVWRFRQWUROGXVWDWWKH6LWH D,IZDWHULVXVHGWRFRQWUROGXVWFDSWXUHDQGSURSHUO\GLVSRVHRIZDVWHZDWHU E,IZHWVDZFXWWLQJLVSHUIRUPHGFDSWXUHDQGSURSHUO\GLVSRVHRIVOXUU\ .(PSOR\HH3DUNLQJ 3URYLGHSDUNLQJIRUHPSOR\HHVDWORFDWLRQVDSSURYHGE\WKH&LW\  '$363(&,$/352-(&7352&('85(6 3DJHRI   &,7<2))257:257+  :'DJJHWW$YHQXH 67$1'$5'&216758&7,2163(&,),&$7,21'2&80(176±'(9(/23(5$:$5'('352-(&76 &31 5HYLVHG$XJXVW  68%0,77$/6>12786('@ $&7,2168%0,77$/6,1)250$7,21$/68%0,77$/6>12786('@ &/26(28768%0,77$/6>12786('@ 0$,17(1$1&(0$7(5,$/68%0,77$/6>12786('@ 48$/,7<$6685$1&(>12786('@ '(/,9(5<6725$*($1'+$1'/,1*>12786('@ ),(/'>6,7(@&21',7,216>12786('@ :$55$17<>12786('@ 3$57352'8&76>12786('@ 3$57(;(&87,21>12786('@ (1'2)6(&7,21  5HYLVLRQ/RJ '$7( 1$0( 6800$5<2)&+$1*(  '-RKQVRQ %±$GGHGUHTXLUHPHQWRIFRPSOLDQFHZLWK+HDOWKDQG6DIHW\&RGH7LWOH 6DIHW\6XEWLWOH$3XEOLF6DIHW\&KDSWHU+LJK9ROWDJH2YHUKHDG/LQHV      '$363(&,$/352-(&7352&('85(6 3DJHRI   &,7<2))257:257+  :'DJJHWW$YHQXH 67$1'$5'&216758&7,2163(&,),&$7,21'2&80(176±'(9(/23(5$:$5'('352-(&76 &31 5HYLVHG$XJXVW  (;+,%,7$ 7REHSULQWHGRQ&RQWUDFWRU¶V/HWWHUKHDG     'DWH     &311R   3URMHFW1DPH:'DJJHWW$YHQXH 0DSVFR/RFDWLRQ7$5( /LPLWVRI&RQVWUXFWLRQ     7+,6,672,1)250<287+$781'(5$&2175$&7:,7+7+(&,7<2))257 :257+285&203$1<:,//:25.2187,/,7</,1(62125$5281'<285 3523(57<  &216758&7,21:,//%(*,1$3352;,0$7(/<6(9(1'$<6)5207+('$7( 2)7+,6127,&(  ,)<28+$9(48(67,216$%287$&&(666(&85,7<6$)(7<25$1<27+(5 ,668(3/($6(&$//   0U&2175$&725¶6683(5,17(1'(17!$77(/(3+21(12!  25  0U&,7<,163(&725!$77(/(3+21(12!  $)7(5302521:((.(1'63/($6(&$//    3/($6(.((37+,6)/<(5+$1'<:+(1<28&$//   '$363(&,$/352-(&7352&('85(6 3DJHRI   &,7<2))257:257+  :'DJJHWW$YHQXH 67$1'$5'&216758&7,2163(&,),&$7,21'2&80(176±'(9(/23(5$:$5'('352-(&76 &31 5HYLVHG$XJXVW  (;+,%,7%    01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 307 W Daggett Avenue CPN: 105705 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 external FTP site approved by the City. 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 307 W Daggett Avenue CPN: 105705 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 3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 307 W Daggett Avenue CPN: 105705 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 01 50 00 - TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 307 W Daggett Avenue CPN: 105705 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 307 W Daggett Avenue CPN: 105705 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 307 W Daggett Avenue CPN: 105705 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORT H ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS Revised March 22, 2021 307 W Daggett Avenue CPN: 105705 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 01 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 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 Contract 14 2. Division 1 – General Requirements 15 3. Section 34 71 13 – Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 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 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORT H ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS Revised March 22, 2021 307 W Daggett Avenue CPN: 105705 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control “Typical” published by City of Fort Worth, the Texas 2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor’s responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City’s website. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City’s Project Representative. CITY OF FORT WORT H ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS Revised March 22, 2021 307 W Daggett Avenue CPN: 105705 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 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 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control “Typicals” if applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 307 W Daggett Avenue CPN: 105705 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 307 W Daggett Avenue CPN: 105705 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 307 W Daggett Avenue CPN: 105705 B. Modified SWPPP 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 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 307 W Daggett Avenue CPN: 105705 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] 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 307 W Daggett Avenue CPN: 105705 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 Revised April 7, 2014 307 W Daggett Avenue CPN: 105705 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 307 W Daggett Avenue CPN: 105705 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 307 W Daggett Avenue CPN: 105705 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 307 W Daggett Avenue CPN: 105705 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105705 Revised November 22, 2016 SECTION 01 70 00 1 MOBILIZATION AND REMOBILIZATION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Mobilization and Demobilization 6 a. Mobilization 7 1) Transportation of Contractor’s personnel, equipment, and operating supplies 8 to the Site 9 2) Establishment of necessary general facilities for the Contractor’s operation 10 at the Site 11 3) Premiums paid for performance and payment bonds 12 4) Transportation of Contractor’s personnel, equipment, and operating supplies 13 to another location within the designated Site 14 5) Relocation of necessary general facilities for the Contractor’s operation 15 from 1 location to another location on the Site. 16 b. Demobilization 17 1) Transportation of Contractor’s personnel, equipment, and operating supplies 18 away from the Site including disassembly 19 2) Site Clean-up 20 3) Removal of all buildings and/or other facilities assembled at the Site for this 21 Contract 22 c. Mobilization and Demobilization do not include activities for specific items of 23 work that are for which payment is provided elsewhere in the contract. 24 2. Remobilization 25 a. Remobilization for Suspension of Work specifically required in the Contract 26 Documents or as required by City includes: 27 1) Demobilization 28 a) Transportation of Contractor’s personnel, equipment, and operating 29 supplies from the Site including disassembly or temporarily securing 30 equipment, supplies, and other facilities as designated by the Contract 31 Documents necessary to suspend the Work. 32 b) Site Clean-up as designated in the Contract Documents 33 2) Remobilization 34 a) Transportation of Contractor’s personnel, equipment, and operating 35 supplies to the Site necessary to resume the Work. 36 b) Establishment of necessary general facilities for the Contractor’s 37 operation at the Site necessary to resume the Work. 38 3) No Payments will be made for: 39 a) Mobilization and Demobilization from one location to another on the 40 Site in the normal progress of performing the Work. 41 b) Stand-by or idle time 42 c) Lost profits 43 3. Mobilizations and Demobilization for Miscellaneous Projects 44 a. Mobilization and Demobilization 45 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105705 Revised November 22, 2016 1) Mobilization shall consist of the activities and cost on a Work Order basis 1 necessary for: 2 a) Transportation of Contractor’s personnel, equipment, and operating 3 supplies to the Site for the issued Work Order. 4 b) Establishment of necessary general facilities for the Contractor’s 5 operation at the Site for the issued Work Order 6 2) Demobilization shall consist of the activities and cost necessary for: 7 a) Transportation of Contractor’s personnel, equipment, and operating 8 supplies from the Site including disassembly for each issued Work 9 Order 10 b) Site Clean-up for each issued Work Order 11 c) Removal of all buildings or other facilities assembled at the Site for 12 each Work Oder 13 b. Mobilization and Demobilization do not include activities for specific items of 14 work for which payment is provided elsewhere in the contract. 15 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 16 a. A Mobilization for Miscellaneous Projects when directed by the City and the 17 mobilization occurs within 24 hours of the issuance of the Work Order. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 – General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment [Consult City Department/Division for direction on if 25 Mobilization pay item to be included or the item should be subsidiary. Include the 26 appropriate Section 1.2 A. 1.] 27 1. Mobilization and Demobilization 28 a. Measure 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 are subsidiary to the various Items bid and no other compensation will be 33 allowed. 34 2. Remobilization for suspension of Work as specifically required in the Contract 35 Documents 36 a. Measurement 37 1) Measurement for this Item shall be per each remobilization performed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under “Measurement” will be paid for at the unit 41 price per each “Specified Remobilization” in accordance with Contract 42 Documents. 43 c. The price shall include: 44 1) Demobilization as described in Section 1.1.A.2.a.1) 45 2) Remobilization as described in Section 1.1.A.2.a.2) 46 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105705 Revised November 22, 2016 d. No payments will be made for standby, idle time, or lost profits associated this 1 Item. 2 3. Remobilization for suspension of Work as required by City 3 a. Measurement and Payment 4 1) This shall be submitted as a Contract Claim in accordance with Article 10 5 of Section 00 72 00. 6 2) No payments will be made for standby, idle time, or lost profits associated 7 with this Item. 8 4. Mobilizations and Demobilizations for Miscellaneous Projects 9 a. Measurement 10 1) Measurement for this Item shall be for each Mobilization and 11 Demobilization required by the Contract Documents 12 b. Payment 13 1) The Work performed and materials furnished in accordance with this Item 14 and measured as provided under “Measurement” will be paid for at the unit 15 price per each “Work Order Mobilization” in accordance with Contract 16 Documents. Demobilization shall be considered subsidiary to mobilization 17 and shall not be paid for separately. 18 c. The price shall include: 19 1) Mobilization as described in Section 1.1.A.3.a.1) 20 2) Demobilization as described in Section 1.1.A.3.a.2) 21 d. No payments will be made for standby, idle time, or lost profits associated this 22 Item. 23 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 24 a. Measurement 25 1) Measurement for this Item shall be for each Mobilization and 26 Demobilization required by the Contract Documents 27 b. Payment 28 1) The Work performed and materials furnished in accordance with this Item 29 and measured as provided under “Measurement” will be paid for at the unit 30 price per each “Work Order Emergency Mobilization” in accordance with 31 Contract Documents. Demobilization shall be considered subsidiary to 32 mobilization and shall not be paid for separately. 33 c. The price shall include 34 1) Mobilization as described in Section 1.1.A.4.a) 35 2) Demobilization as described in Section 1.1.A.3.a.2) 36 d. No payments will be made for standby, idle time, or lost profits associated this 37 Item. 38 1.3 REFERENCES [NOT USED] 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105705 Revised November 22, 2016 1.9 QUALITY ASSURANCE [NOT USED] 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 8 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 9 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 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 survey 6 B. Deviations from this City of Fort Worth Standard Specification 7 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 Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Construction Staking 14 a. Measurement 15 1) This Item is considered subsidiary to the various Items bid. 16 b. Payment 17 1) The work performed and the materials furnished in accordance with this 18 Item are subsidiary to the various Items bid and no other compensation will 19 be allowed. 20 2. Construction Survey 21 a. Measurement 22 1) This Item is considered subsidiary to the various Items bid. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item are subsidiary to the various Items bid and no other compensation will be 26 allowed. 27 3. As-Built Survey 28 a. Measurement 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item are subsidiary to the various Items bid and no other compensation will be 33 allowed. 34 1.3 REFERENCES 35 A. Definitions 36 1. Construction Survey - The survey measurements made prior to or while 37 construction is in progress to control elevation, horizontal position, dimensions and 38 configuration of structures/improvements included in the Project Drawings. 39 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 Revised February 14, 2018 2. As-built Survey –The measurements made after the construction of the 1 improvement features are complete to provide position coordinates for the features 2 of a project. 3 3. Construction Staking – The placement of stakes and markings to provide offsets 4 and elevations to cut and fill in order to locate on the ground the designed 5 structures/improvements included in the Project Drawings. Construction staking 6 shall include staking easements and/or right of way if indicated on the plans. 7 4. Survey “Field Checks” – Measurements made after construction staking is 8 completed and before construction work begins to ensure that structures marked on 9 the ground are accurately located per Project Drawings. 10 B. Technical References 11 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw 12 website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 13 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 14 on City’s Buzzsaw website). 15 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 16 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 17 Surveying in the State of Texas, Category 5 18 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. The Contractor’s selection of a surveyor must comply with Texas Government 21 Code 2254 (qualifications based selection) for this project. 22 1.5 SUBMITTALS 23 A. Submittals, if required, shall be in accordance with Section 01 33 00. 24 B. All submittals shall be received and reviewed by the City prior to delivery of work. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Field Quality Control Submittals 27 1. Documentation verifying accuracy of field engineering work, including coordinate 28 conversions if plans do not indicate grid or ground coordinates. 29 2. Submit “Cut-Sheets” conforming to the standard template provided by the City 30 (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 31 1.7 CLOSEOUT SUBMITTALS 32 B. As-built Redline Drawing Submittal 33 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 34 constructed improvements signed and sealed by Registered Professional Land 35 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 36 – Survey Staking Standards) . 37 2. Contractor shall submit the proposed as-built and completed redline drawing 38 submittal one (1) week prior to scheduling the project final inspection for City 39 review and comment. Revisions, if necessary, shall be made to the as-built redline 40 drawings and resubmitted to the City prior to scheduling the construction final 41 inspection. 42 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 Revised February 14, 2018 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1 1.9 QUALITY ASSURANCE 2 A. Construction Staking 3 1. Construction staking will be performed by the Contractor. 4 2. Coordination 5 a. Contact City and Developer’s Project Representative at least one week in 6 advance notifying the City of when Construction Staking is scheduled. 7 b. It is the Contractor’s responsibility to coordinate staking such that 8 construction activities are not delayed or negatively impacted. 9 3. General 10 a. Contractor is responsible for preserving and maintaining stakes. If 11 Developer’s Project Representative is required to re-stake for any reason, the 12 Contractor will be responsible for costs to perform staking. If in the opinion of 13 the City, a sufficient number of stakes or markings have been lost, destroyed 14 disturbed or omitted that the contracted Work cannot take place then the 15 Contractor will be required to stake or re-stake the deficient areas. 16 B. Construction Survey 17 1. Construction Survey will be performed by the Contractor. 18 2. Coordination 19 a. Contractor to verify that horizontal and vertical control data established in the 20 design survey and required for construction survey is available and in place. 21 3. General 22 a. Construction survey will be performed in order to construct the work shown 23 on the Construction Drawings and specified in the Contract Documents. 24 b. For construction methods other than open cut, the Contractor shall perform 25 construction survey and verify control data including, but not limited to, the 26 following: 27 1) Verification that established benchmarks and control are accurate. 28 2) Use of Benchmarks to furnish and maintain all reference lines and grades 29 for tunneling. 30 3) Use of line and grades to establish the location of the pipe. 31 4) Submit to the City copies of field notes used to establish all lines and 32 grades, if requested, and allow the City to check guidance system setup prior 33 to beginning each tunneling drive. 34 5) Provide access for the City, if requested, to verify the guidance system and 35 the line and grade of the carrier pipe. 36 6) The Contractor remains fully responsible for the accuracy of the work and 37 correction of it, as required. 38 7) Monitor line and grade continuously during construction. 39 8) Record deviation with respect to design line and grade once at each pipe 40 joint and submit daily records to the City. 41 9) If the installation does not meet the specified tolerances (as outlined in 42 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 43 the installation in accordance with the Contract Documents. 44 C. As-Built Survey 45 1. Required As-Built Survey will be performed by the Contractor. 46 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 Revised February 14, 2018 2. Coordination 1 a. Contractor is to coordinate with City to confirm which features require as-2 built surveying. 3 b. It is the Contractor’s responsibility to coordinate the as-built survey and 4 required measurements for items that are to be buried such that construction 5 activities are not delayed or negatively impacted. 6 c. For sewer mains and water mains 12” and under in diameter, it is acceptable 7 to physically measure depth and mark the location during the progress of 8 construction and take as-built survey after the facility has been buried. The 9 Contractor is responsible for the quality control needed to ensure accuracy. 10 3. General 11 a. The Contractor shall provide as-built survey including the elevation and 12 location (and provide written documentation to the City) of construction 13 features during the progress of the construction including the following: 14 1) Water Lines 15 a) Top of pipe elevations and coordinates for waterlines at the following 16 locations: 17 (1) Minimum every 250 linear feet, including 18 (2) Horizontal and vertical points of inflection, curvature, 19 etc. 20 (3) Fire line tee 21 (4) Plugs, stub-outs, dead-end lines 22 (5) Casing pipe (each end) and all buried fittings 23 2) Sanitary Sewer 24 a) Top of pipe elevations and coordinates for force mains and siphon 25 sanitary sewer lines (non-gravity facilities) at the following locations: 26 (1) Minimum every 250 linear feet and any buried fittings 27 (2) Horizontal and vertical points of inflection, curvature, 28 etc. 29 3) Stormwater – Not Applicable 30 b. The Contractor shall provide as-built survey including the elevation and 31 location (and provide written documentation to the City) of construction 32 features after the construction is completed including the following: 33 1) Manholes 34 a) Rim and flowline elevations and coordinates for each manhole 35 2) Water Lines 36 a) Cathodic protection test stations 37 b) Sampling stations 38 c) Meter boxes/vaults (All sizes) 39 d) Fire hydrants 40 e) Valves (gate, butterfly, etc.) 41 f) Air Release valves (Manhole rim and vent pipe) 42 g) Blow off valves (Manhole rim and valve lid) 43 h) Pressure plane valves 44 i) Underground Vaults 45 (1) Rim and flowline elevations and coordinates for each 46 Underground Vault. 47 3) Sanitary Sewer 48 a) Cleanouts 49 (1) Rim and flowline elevations and coordinates for each 50 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 Revised February 14, 2018 b) Manholes and Junction Structures 1 (1) Rim and flowline elevations and coordinates for each 2 manhole and junction structure. 3 4) Stormwater – Not Applicable 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY 7 PART 2 - PRODUCTS 8 A. A construction survey will produce, but will not be limited to: 9 1. Recovery of relevant control points, points of curvature and points of intersection. 10 2. Establish temporary horizontal and vertical control elevations (benchmarks) 11 sufficiently permanent and located in a manner to be used throughout construction. 12 3. The location of planned facilities, easements and improvements. 13 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 14 areas, utilities, streets, highways, tunnels, and other construction. 15 b. A record of revisions or corrections noted in an orderly manner for reference. 16 c. A drawing, when required by the client, indicating the horizontal and vertical 17 location of facilities, easements and improvements, as built. 18 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 19 construction staking projects. These cut sheets shall be on the standard city template 20 which can be obtained from the Survey Superintendent (817-392-7925). 21 5. Digital survey files in the following formats shall be acceptable: 22 a. AutoCAD (.dwg) 23 b. ESRI Shapefile (.shp) 24 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 25 standard templates, if available) 26 6. Survey files shall include vertical and horizontal data tied to original project 27 control and benchmarks, and shall include feature descriptions 28 PART 3 - EXECUTION 29 3.1 INSTALLERS 30 A. Tolerances: 31 1. The staked location of any improvement or facility should be as accurate as 32 practical and necessary. The degree of precision required is dependent on many 33 factors all of which must remain judgmental. The tolerances listed hereafter are 34 based on generalities and, under certain circumstances, shall yield to specific 35 requirements. The surveyor shall assess any situation by review of the overall plans 36 and through consultation with responsible parties as to the need for specific 37 tolerances. 38 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 39 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 40 1.0 ft. tolerance. 41 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 Revised February 14, 2018 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 1 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 2 walkways shall be located within the confines of the site boundaries and, 3 occasionally, along a boundary or any other restrictive line. Away from any 4 restrictive line, these facilities should be staked with an accuracy producing no 5 more than 0.05ft. tolerance from their specified locations. 6 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 7 electric lines, shall be located horizontally within their prescribed areas or 8 easements. Within assigned areas, these utilities should be staked with an 9 accuracy producing no more than 0.1 ft tolerance from a specified location. 10 e. The accuracy required for the vertical location of utilities varies widely. Many 11 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 12 should be maintained. Underground and overhead utilities on planned profile, 13 but not depending on gravity flow for performance, should not exceed 0.1 ft. 14 tolerance. 15 B. Surveying instruments shall be kept in close adjustment according to manufacturer’s 16 specifications or in compliance to standards. The City reserves the right to request a 17 calibration report at any time and recommends regular maintenance schedule be 18 performed by a certified technician every 6 months. 19 1. Field measurements of angles and distances shall be done in such fashion as to 20 satisfy the closures and tolerances expressed in Part 3.1.A. 21 2. Vertical locations shall be established from a pre-established benchmark and 22 checked by closing to a different bench mark on the same datum. 23 3. Construction survey field work shall correspond to the client’s plans. Irregularities 24 or conflicts found shall be reported promptly to the City. 25 4. Revisions, corrections and other pertinent data shall be logged for future reference. 26 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 3.4 APPLICATION 30 3.5 REPAIR / RESTORATION 31 A. If the Contractor’s work damages or destroys one or more of the control 32 monuments/points set by the Developer’s Project Representative, the monuments shall be 33 adequately referenced for expedient restoration. 34 1. Notify City or Developer’s Project Representative if any control data needs to be 35 restored or replaced due to damage caused during construction operations. 36 a. Contractor shall perform replacements and/or restorations. 37 b. The City or Developer’s Project Representative may require at any time a 38 survey “Field Check” of any monument or benchmarks that are set be verified 39 by the Developer’s Project Representative before further associated work can 40 move forward. 41 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 CITY OF FORT WORTH 307 W Daggett Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105705 Revised February 14, 2018 3.6 RE-INSTALLATION [NOT USED] 1 3.7 FIELD [OR] SITE QUALITY CONTROL 2 A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the 3 Developer’s Project Representative in accordance with this Specification. This includes 4 easements and right of way, if noted on the plans. 5 B. Do not change or relocate stakes or control data without approval from the City. 6 3.8 SYSTEM STARTUP 7 A. Survey Checks 8 1. The City reserves the right to perform a Survey Check at any time deemed 9 necessary. 10 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 11 relieve the contractor of his/her responsibility for accuracy. 12 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 21 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 measurement criteria; revised list of items requiring as -built survey “during” and “after” construction; and revised acceptable digital survey file format 22 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 307 W Daggett Avenue CPN: 105705 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “Construction Staking”. 2) Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of “cut sheets” using the City’s standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “As-Built Survey”. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 307 W Daggett Avenue CPN: 105705 2) Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survey –The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking – The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey “Field Checks” – Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City’s Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor’s selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 307 W Daggett Avenue CPN: 105705 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit “Cut-Sheets” conforming to the standard template provided by the City (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City’s Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor’s responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 307 W Daggett Avenue CPN: 105705 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor’s responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12” and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater – Not Applicable CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 [Insert Project Name] [Insert Project Number] 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater – Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 [Insert Project Name] [Insert Project Number] 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer’s specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client’s plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 [Insert Project Name] [Insert Project Number] 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 Revision Log 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor’s work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey “Field Check” of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 [Insert Project Name] [Insert Project Number] 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 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 measurement criteria; revised list of items requiring as -built survey “during” and “after” construction; and revised acceptable digital survey file format 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 307 W Daggett Avenue CPN: 105705 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 307 W Daggett Avenue CPN: 105705 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 307 W Daggett Avenue CPN: 105705 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 307 W Daggett Avenue CPN: 105705 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 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 307 W Dagget Avenue CPN: 105705 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 307 W Dagget Avenue CPN: 105705 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 307 W Dagget Avenue CPN: 105705 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 307 W Daggett Avenue CPN: 105705 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 307 W Daggett Avenue CPN: 105705 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 307 W Daggett Avenue CPN: 105705 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 307 W Daggett Avenue CPN: 105705 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 307 W Daggett Avenue CPN: 105705 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 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 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 307 W Daggett Avenue CPN 105705 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 307 W Daggett Avenue CPN 105705 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 307 W Daggett Avenue CPN 105705 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 307 W Daggett Avenue CPN 105705 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH 307 W DAGGETT AVENUE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105705 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK Report No. ST20-0258 June 11, 2020 Geotechnical Investigation of Site-Specific Subsoil 305 W Daggett Ave Pt Lots 8 & 9 Smith Jones Fort Worth, Texas Prepared for: Mission Street, LLC PO Box 471079 Fort Worth, Texas Prepared by: Whitworth Engineering 5700 Lionfish Way Fort Worth, TX 76131 June 11, 2020 Mission Street, LLC Attn: Stephen Mears PO Box 4? 1079 Fort Worth, Texas Re: Geotechnical Investigation @ 305 W Daggett Ave, Fort Worth, Texas Dear Mr. Stephen Mears, Per your request, Whitworth Engineering has conducted a geotechnical investigation for the pad site at the above-referenced properry. This investigation included an analysis of published information about the subsurface conditions in the area and a subsurface exploration of two (2) test borings. The information collected during this investigation was then used to determine some of the engineering properties of the supporting subsoil. The conclusions of this investigation are included herein. We appreciate the opportunity to provide this service to you and look forward to assisting you with any of your other construction requirements. Whitworth Engineering has a design team that can assist you with the foundation design and the inspections & testing of construction activities. If you have any questions or comments pertaining to this report, or if we can be of further assistance, please contact our office at 817-236-6106. Sincerely, Russell J. Whitworth, P.E. �� ��1 ��F S � * � � .�+r� � *: •* � r..................... -� � r � RUSSELL 1. WHITWORTH � ��� �'�.� $ � � � 7 0 .: �.r � �Ra ��C� S 1' � ��C' ���� �ltl� ���y� N � The seal appearing on this document was authorized by Russell J. Whitworth, P.E. 82117 Whitworth Engineering F-3973 ST20-0258 Page 2 of 13 ST20-0258 Page 3 of 13 Report Number Builder ST20-0258 Mission Street, LLC Job Address 305 W Daggett Ave Subdivision Legal Description Smith Jones Pt Lots 8 & 9 City County GPS North GPS East Fort Worth Tarrant 32.741826 -97.37833 Formation Formation Classification Paluxy Sand Duck Creek Formation LEAN CLAY (CL) Allowable Major Aquifer Classification Depth(ft)Soil Bearing(psf) Trinity Aledo-Urban Land 20 890 Complex Minor Aquifer #200 Em Center(ft) -729.0 Depth to Groundwater 2μm Em Edge(ft) 306 40 4.6 Boring Groundwater LL Ym Center(in) No 45 0.7 (average) PI Ym Edge(in) 29 0.9 (average) Shrink/Swell Potential PVR(in) Moderate to High 2.1 Recommend Piers Pier Skin Friction (psf) Yes (see section 4.2) 310 Geology USDA Lab Results Design Summary ST20-0258 Page 4 of 13 Table of Contents 1.0 EXECUTIVE SUMMARY .................................................................................................................................. 5 1.1 PROJECT DESCRIPTION ..................................................................................................................................... 5 1.2 LABORATORY STANDARDS ................................................................................................................................ 5 1.3 SCOPE OF SERVICES .......................................................................................................................................... 6 2.0 INVESTIGATION OF PUBLISHED INFORMATION ................................................................................... 7 2.1 USDA .............................................................................................................................................................. 7 2.2 GAT ................................................................................................................................................................. 8 2.3 TWDB ............................................................................................................................................................. 8 3.0 SUBSURFACE EXPLORATION ...................................................................................................................... 8 3.1 SITE CONDITIONS ............................................................................................................................................. 8 3.2 SOIL CONDITIONS ............................................................................................................................................ 8 4.0 DESIGN ANALYSIS ........................................................................................................................................... 9 4.1 POTENTIAL SOIL MOVEMENT............................................................................................................................ 9 4.2 SOIL BEARING CAPACITY ................................................................................................................................ 10 5.0 DESIGN RECOMMENDATIONS ................................................................................................................... 10 5.1 BUILDING FOUNDATION ................................................................................................................................ 10 5.2 DRILLED PIERS ............................................................................................................................................... 11 5.3 SITE PREPARATION AND MAINTENANCE ......................................................................................................... 11 5.4 INSPECTIONS AND TESTING ............................................................................................................................ 13 6.0 REPORT QUALIFICATIONS AND LIMITATIONS .................................................................................... 13 ST20-0258 Page 5 of 13 1.0 Executive Summary 11.1 P r ojectt Descr iptionn The purpose of this report is to evaluate the engineering properties of the site-specific subgrade soil for the residential property located at 305 W Daggett Ave in Fort Worth, Texas. This property is recorded as PT Lots 8 & 9 of the Smith Jones subdivision, per the plat records as listed for Tarrant County, Texas. A map illustrating the location of the property is included below as Figure 1.1: Property Location Map. FIGURE 1.1: Property Location Map 1.2 Labor at or yy St andar dss Whitworth Engineering has prepared this Geotechnical Investigation in general accordance with the Current Standards as prepared by the American Society of Testing and Materials (ASTM). Per these standards, many of the testing procedures have a referenced guideline. There are three (3) main types of standards used: guides, test methods, and practices. Provided below is a summary of the ASTM standard guidelines used to prepare this Investigation. ST20-0258 Page 6 of 13 TABLE 1.2: Referenced ASTM Standards Used AAST M# DDescr iption TTy pe D420 Site Characterization for Engineering Design and Construction Guide D421 Dry Preparation of Soil Samples for PSA and Soil Constants Practice D422 Particle-Size Analysis (PSA) for Soils Test D1140 Amount of Material in Soil Finer than #200 sieve Test D1452 Soil Investigation and Sampling by Auger Borings Practice D1587 Thin-Walled Tube Sampling of Soils Practice D2216 Lab. Determination of Moisture Content by Mass Test D2217 Wet Preparation of Soil Samples for PSA and Soil Constants Practice D2487 Classification of Soils for Engineering Purposes Practice D2488 Description and Identification of Soils (Visual-Manual Procedure) Practice D3740 Minimum Requirements for Soil Testing Agencies Practice D4220 Preserving and Transporting Soil Samples Practice D4318 Atterberg Limits of Soils Test D4753 Evaluating, Selecting and Specifying Balances for Soil Testing Guide D6026 Using Significant Digits in Geotechnical Data Practice D6951 Standard Test Method for use of the Dynamic Cone Penetrometer Test 11.3 Scope of Ser vices On June 3, 2020 Whitworth Engineering directed a site inspection of the subject property and two (2) test borings were advanced down to 20 feet below the existing ground. The locations of the borings were based on the location of the residential structure and the limits of the property. The boring locations are provided in Appendix A of this report. The subject borings were sampled in five (5) foot intervals, unless there was a detectable change in soil layers. Upon collection the samples were logged, placed in labeled bags and transported to the lab. P ar ticle Siz e Analy sis (AST M D422) A Particle Size Analysis (PSA) test was conducted on selected soil samples from each boring. This test was used to determine the size and distribution of the soil particles in a given sample. The subject analysis was made utilizing an H-152 Hydrometer to determine the percent of soil particles finer than two (2) microns (μm) and by washing the tested sample through a #200 sieve. A tter ber g L im its (AST M D4318) The Atterberg Limits are a set of tests that are used to determine how a soils volume will vary with a change in the moisture content. The Liquid Limit (LL) is the moisture content at which the soil will flow as a heavy viscous fluid, and the Plastic Limit (PL) is the moisture content at which the soil begins to lose its plasticity and becomes brittle. The difference between LL and PL is referred to as the Plasticity Index (PI) of a soil and is used to classify material. Soil Classification (ASTM D2487) Once the aforementioned tests have been reported, the soil can be classified per the Unified Soil Classification System (USCS). The USCS classifies soils using ST20-0258 Page 7 of 13 alphabetic sequences of between 2-4 letters; these are typically reported in all caps. The most common soils in the DFW area are Clays (C), Silts (M), and Sands (S) respectively. Fine grained soils, more than 50% finer than a #200 sieve, such as clays and silts are classified as Lean (L) or Fat (H) based on their Atterberg Liquid Limit. PP otential Ver tical R ise The Potential Vertical Rise (PVR) of a soil is used to determine the “potential ability of a soil material to swell at a given density, moisture and loading condition, when exposed to capillary or surface water, and thereby increase elevation of its upper surface, along with anything resting on it” (from Tex 124-E pg 3). The PVR unless otherwise stated in this report is calculated to a depth of 10 feet. The PVR potential below 10 feet is typically very small due to the surcharge of the soil above it. We consider this reasonable as the calculation is based on the dry condition which is more conservative. Furthermore, the calculation does not take into account the loading from the structure to be built which will also reduce the swelling potential. The PVR values are determined using TX DOT, TX124 design spreadsheet. Dy nam ic Cone P enetr ation (A ST M D6951) The Dynamic Cone Penetration Test of a soil is used to determine the load bearing capacity of materials encountered in foundation exploration work. By determining the number of blows required to drive a conical point 6 inches, one can correlate the Point Bearing capacity for various soil types. The point bearing capacity given for the Dynamic Cone Penetrometer test is based on ASTM D6951 CBR values and CBR bearing capacity values developed by the Portland cement association. 2.0 Investigation of Published Information 2.1 U SDA The United States Department of Agriculture (USDA) has published general soils information for the approximate area of the subject property. Per this information, the area soil appears to be classified as Aledo-Urban Land Complex. The soil in this complex is shallow and very shallow and gently sloping and sloping. It is on convex ridgetops underlain by fractured limestone. This complex is about 50 to 65 percent Aledo soil, 15 to 40 percent Urban land, and less than 20 percent closely similar soils. In an area of Aledo soil, unaltered by construction the surface layer Typically, is moderately alkaline, brown gravelly clay loam about 7 inches thick. From a depth of 7 to 17 inches is moderately alkaline, brown very gravelly clay loam that is about 60 percent by volume limestone fragments. Coarsely fractured limestone is at a depth of 17 to 24 inches. Urban land mainly consists of residential houses, small businesses, streets, sidewalks, paved parking lots, and patios. Loamy and clayey fill material is present in some areas. The Aledo soil is moderately well suited to most urban uses. Depth to rock is the main limitation. ST20-0258 Page 8 of 13 22.2 GAT According to the Geologic Atlas of Texas, Dallas sheet, the subject property is located in the Duck Creek Formation and consists of limestone. This formation is approximately 30-100 feet thick. 2.3 TWD B Information published by the Texas Water Development Board (TWDB) suggests that the subject property is located over the Paluxy Sand formation of the Trinity Aquifer. Well records for the general area of the property indicate groundwater from this formation at approximately 306 feet below the existing ground. However, this is only applicable to usable groundwater. Undetermined quantities of groundwater can become trapped between soil layers or at fractures in the bedrock. This type of groundwater formation will vary in depth and change with climatic conditions. 3.0 Subsurface Exploration 3.1 Site Conditions The subject property is a single-family residential lot and the pad site was identified by estimating the likely location. The approximate locations of the subject borings are illustrated on the Boring Location Plan provided in Appendix A. The subject lot is grassy with several trees around the pad site as illustrated in the Site Photos provided below. The subject property has a gentle slope to the west. Site Photo 3.1.1 –Looking Southeast Site Photo 3.1.2 –Looking Northwest 3.2 Soil Conditions The information provided by the Boring Logs suggests that the profile of the site soils consists of 2-3 soil strata consisting of LEAN CLAYS. Gravel is present in the soil samples. The design material is a moist, firm, dark brown and black LEAN CLAY (CL) that is present at the surface and extends to 20 feet below ground. This material is fine ST20-0258 Page 9 of 13 grained with 72% of the soil particles finer than a #200 sieve and 40% finer than 2 μm. With a LL of 45 and a PI of 29 this soil has a MODERATE TO HIGH potential for moisture-induced volume change. For additional soils information, please refer to the Boring Logs in Appendix A. Trapped groundwater was not present in the borings. Typically, groundwater levels are seasonal and fluctuate with weather conditions. If groundwater is encountered during the construction of the proposed foundation, it should be reported to the engineer immediately. 4.0 Design Analysis 44.1 P ot ential Soil Movem ent To determine the shrink/swell potential of the foundation soil, the soil properties determined from the laboratory tests were used as input values for VOLFLO 1.5 software as developed by Geostructural Tool Kit, Inc. This software uses the unsaturated soil mechanics theory to determine the Edge Moisture (em) variation distance and the Differential Soil Movement (ym), that are used in the design of post- tensioned concrete slabs. These parameters are then evaluated for a center lift condition and an edge lift condition. If designing a PTSOG foundation, the PTI 3rd Edition Manual including Addendum #1 should be used to design the foundation from these soil movement parameters. These parameters are further defined below. Values: ¾ Edge Moisture (em), feet – The distance from which moisture is expected to migrate through the soil as measured in feet. ¾ Differential Vertical Movement (ym), inches – The estimated distance that the soil surface will move from its as-built condition as measured in inches. Both the equilibrium condition and the extreme conditions are shown below. The equilibrium condition assumes that the soil moisture content in the active zone is at or near equilibrium at the time of construction. The extreme condition is reflective of a suction change from unusually moist or dry soils to an unusually dry or moist soil. If this condition is anticipated, it is recommended to use the extreme differential vertical movement (ym) values for design. Conditions: ¾ Center Lift (C) – The situation that occurs when the soil under the center section of the foundation swells up, with dryer edge moisture conditions. ¾ Edge Lift (E) – The situation that occurs when the soil around the edge of the foundation swells up, with dryer center of slab moisture conditions. ST20-0258 Page 10 of 13 The values that were determined using the critical site-specific values are provided below in Table 4.1: PTI Design Parameters. Table 4.1: PTI Design Parameters Center Lift Edge Lift em, feet 9.0 4.6 ym, inches (equilibrium)0.41 0.49 ym, inches (extreme)0.93 1.36 The Potential Vertical Rise PVR (from TEX 124-E) for the first 10 feet of this soil was determined to be 2.1 inches. Please see Section 1.3 for a description of this calculation. 44.2 Soil B ear ing Capacity The allowable bearing capacity of the site soil was determined from Dynamic Cone Penetrometer readings taken in the field. Using these values, provided in the Boring Logs in Appendix A, the allowable bearing capacity that should be used for the subsurface soil in the first 5 feet is 890 PSF. Due to the potential for organic material decay within the soil (it was located in a wooded area), we recommend using piers to avoid differential settlement (see section 5.2). Based on the Dynamic Cone Penetration test values, drilled piers can be designed with the following values, after excluding the top 5 feet of material for skin friction: Table 4.2: Pier Design Parameters Skin Friction 310 psf Point Bearing 2410 psf 5.0 Design Recommendations 5.1 B u ilding Fou ndat ion Foundation options include structurally suspended slabs, Post-Tensioned Slab on Grade PTSOG (aka waffle slab), conventionally reinforced waffle slabs, pier and beam, and others. A structurally suspended slab will provide the least risk of differential movement; as such, it is always a good recommendation in areas with active soils. As soils become more active, the structurally suspended slab becomes more cost effective. The most popular foundation constructed in the north central Texas region is the waffle slab (and especially the Post Tensioned Slab on Grade). PTSOG foundations have an increased risk of movement and distress caused by the swelling and shrinking of active ST20-0258 Page 11 of 13 soils related to changes in moisture content. They rely on the builder and owner to follow soil moisture maintenance guidelines during and after construction. Typical moisture maintenance guidelines are as presented in Section 5.3. Additionally, it is of utmost importance that the grade beams for this type of slab be embedded a minimum of 12 inches into undisturbed subgrade or be supported by piers. As the PTSOG foundation has a lower initial cost and the associated risk level is typically considered reasonable, experience with foundations throughout the North Central Texas region suggests that PTSOGs are capable of supporting most residential and light commercial structures with minimal effects from the supporting soils. If this type of foundation is chosen, the PTSOG should be designed by a professional engineer who has experience with post-tensioned concrete foundations and should follow the guidelines set forth in the “Design of Post-Tensioned Slabs-on- Grade, Third Edition” (including Addendum #1), as published by the Post- Tensioning Institute (PTI). Under special conditions such as low plasticity and without piers, a uniform thickness slab may be used. Other foundation options may also be evaluated by the foundation engineer and the final selection should be made based on the sound engineering principles in conjunction with the risk factor acceptable to the owner and builder. 55.2 D r illed P ier s Cast-in-place concrete piers are an excellent way to supplement the structural properties of a building foundation. Drilled piers can be installed to structurally suspend a building foundation to prevent contact with an unstable soil, as in the case of the Structurally Suspended Foundation. Piers can also be used to supplement a PTSOG that has been constructed on unstable soil by preventing the downward settlement that occurs when a slab experiences edge drop. Experience suggests that unless an unstable soil is present, such as inadequately compacted fill material, most PTSOGs behave similarly with or without drilled piers. However, the use of piers for supplemental support will never be discouraged if the owner chooses to construct them. If site conditions show considerable organics or warrant fill in excess of 18 inches in the foundation area which prevents the bottom of grade beams to be founded into at least 12 inches of undisturbed soil, drilled piers should be considered. Said piers should be designed by the foundation engineer. 5.3 Site P r epar ation and Maintenance The building foundation for the proposed structure should be constructed as previously described. However, there are several additional precautions that should be considered when developing a residential or light commercial property. The foundation soil can be influenced by indirect methods such as, but not limited to, fill compaction, site drainage, existing trees, removed trees, landscape beds, leaking pipes and climatic conditions. T he objective of a proper m aintenance pr ogr am is to m aintain as near constant m oistur e content as possible for the soil under the foundation. ST20-0258 Page 12 of 13 The following is a list of items to be considered when planning proper foundation maintenance: 1. Drainage: x Never allow water to pond near or against foundation slabs. x Maintain positive drainage away from the foundation. The minimum slope shall be 5% for a distance of 10 feet from the edge of the foundation. (5% equals a 6-inch drop in 10 feet) x Where a horizontal distance of 10 feet is not possible, a berm or swale shall be constructed which provides a minimum 2% slope conveying the water to an acceptable outfall. x The installation and maintenance of gutters and downspouts are highly recommended; they should be kept clear and discharge water away from the foundation. 2. Landscaping: x There should be a minimum distance of 6 inches between the top of the slab and the ground. x Landscape beds must also maintain the minimum positive slope of 5% away from the foundation. x Where landscape beds are placed adjacent to the foundation, they should be equipped with a moisture barrier and/or area drains which convey water by means of buried pipe to an acceptable outfall. x Area drains must be checked periodically to ensure that they remain functional. x Trees remove moisture from the ground in order to survive and should therefore be watered regularly. x Trees should be placed at a distance no closer to the foundation than the full height of the mature tree. x If existing tree removal is not an acceptable option, a root guard system should be constructed around the foundation in the area of the tree(s). Replace and compact any loose fill adjacent to the foundation with native soil. Water is conveyed quickly through sand or granular materials; these materials should not be used adjacent to the foundation unless accompanied by an appropriate drain system. 3. Seasonal Changes: x Avoid excessive drying around the perimeter of the foundation; when soil pulls away from foundation it is too dry. x Excessive moisture is also a problem; therefore, avoid overwatering, even during dry seasons. 4. Swimming pools, pipe systems and sprinkler lines: x Routinely check for leaks. All property owners should conduct a yearly survey of their foundation and perform any maintenance necessary to improve drainage and prevent the ponding of water adjacent to these structures. TT his is especially im por tant dur ing the first five (5) y ear s after constr u ction becau se this is u su ally the tim e w hen the m ost sever e adju stm ent between the new foundation and its suppor ting soil occu r s. ST20-0258 Page 13 of 13 55.4 Inspections and Testing The most carefully prepared plans have no value if they are not followed. Even if all major components are present, the results can be a disaster if they are not assembled in the proper order and fashion. Therefore, it is recommended that the foundation be inspected before any major concrete pour to verify the dimensions of the structural members of the slab and to verify the placement of the reinforcing steel or cable. If the residence is to be constructed within a city’s ETJ, the city will typically require a city inspection. Whitworth Engineering can provide inspection services for residential or light commercial foundations at the owner’s request. Testing of the concrete mix is only required by a few local municipalities. Whitworth Engineering can also provide said testing service. 6.0 Report Qualifications and Limitations This investigation was conducted in accordance with generally accepted geotechnical practices and procedures. The opinions expressed in this report are based on the engineering properties of the referenced samples in association with the values developed from recognized empirical formulas and any other information provided to Whitworth Engineering by the owner or his representatives. The recommendations provided in this report are only applicable to the specific property for which the investigation was conducted for the conditions as they have been reported herein. The engineering properties of soil are not constant; they are influenced by moisture and a number of other factors as previously discussed. Because of this, the recommendations made in this report are only valid for six (6) months from the date of this report. Any major deviations from the site conditions as they have been reported should be forwarded to Whitworth Engineering for further review. Log of Boring B1 Project #:ST20-0258 Date: Client:Mission Street, LLC Elevation:0 Address:305 W Dagget; PT Lots 8 & 9 GPS North: City:Fort Worth GPS West:Depth, ftSample TypeSample #Soil TypeStratum Description USCS ClassificationMoisture Content, %Liquid Limit, %Plastic Limit, %Plasticity Index, %Finer than #200 Sieve, %Finer than 2 Micron (μm), %PVR (in) for Dry ConditionSulfate content (ppm)Dynamic Cone Penetration Test, # Blows per 6"Gravel PercentB 1 CL 19 45 16 29 72 40 2.1 1 D 6 B 2 CL 19 45 15 30 88 40 3 B3 B4 20' EOB (No Water Found) LEAN CLAY - moist, firm, dark brown and black. LEAN CLAY - moist, light brown and brown. 25 5 6/3/2020 10 32.741826 -97.37833 20 15 Sample Legend S - Shelby Tube B - Bag D - Dynamic Cone Penetration Test Log of Boring B2 Project #:ST20-0258 Date: Client:Mission Street, LLC Elevation:0 Address:305 W Dagget; PT Lots 8 & 9 GPS North: City:Fort Worth GPS West:Depth, ftSample TypeSample #Soil TypeStratum Description USCS ClassificationMoisture Content, %Liquid Limit, %Plastic Limit, %Plasticity Index, %Finer than #200 Sieve, %Finer than 2 Micron (μm), %PVR (in) for Dry ConditionSulfate Content (ppm)Dynamic Cone Penetration Test, # Blows per 6"Gravel PercentB 1 CL 20 43 15 28 70 40 2.0 1 D 5 B2 B 3 CL 21 43 14 29 86 40 2 B4 20' EOB (No Water Found) 5 15 6/3/2020 10 LEAN CLAY - moist, firm, brown and light brown with white. LEAN CLAY - moist, brown. 25 20 32.741826 -97.37833 Sample Legend S - Shelby Tube B - Bag D - Dynamic Cone Penetration Test KEY TO SYMBOLS AND TERMINOLOGY SYMBOL USCS DECRIPTION Q ALLOW. PSF CONSISTENCY CH FAT CLAY 0-167 VERY SOFT CL LEAN CLAY 167-333 SOFT MH ELASTIC SILT 333-666 FIRM ML SILT 666-1333 STIFF CL-ML SILTY CLAY 1333-2666 VERY STIFF SW or SP SAND 2666 + HARD SM SILTY SAND SC CLAYEY SAND OTHER MH or OH "A" Line CL-ML CL or OL CH or OH "U" Line B1 S1 B1 S2 B2 S1 B2 S3 0.0 % 10.0 % 20.0 % 30.0 % 40.0 % 50.0 % 60.0 % 70.0 % 80.0 % 0.0 % 10.0 % 20.0 % 30.0 % 40.0 % 50.0 % 60.0 % 70.0 % 80.0 % 90.0 % 100.0 % 110.0 %Plasticity IndexLiquid Limit Plasticity Chart � W- �-E S W DAGGET AVE PICTURE � 0 0 M � � �_ ■ �..L� Q Z � � O U� v �� J Q � ■ \ 60'-0" PICTURE 2 \ BORING LOCATION PLANS � BORING LOCATION -30 p 15 30 SCALE:1 "=30'-0" 305 W DAGGET LOTS 8& 9- SMITH JONES FORT WORTH, TEXAS DRAWNBV: WHITWORTH RMG ENGINEERING oiHMONo �w inc pgOdeCiq. 5'°° `�°"`�5" W"� ST20-0258 roar woa.N rx �eiai (81]�136-6108 (81"1�238-6184 FAX CITY OF FORT WORTH 307 W DAGGETT AVENUE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105705 Revised July 1, 2011 GC-6.09 Permits & Utilities THIS PAGE LEFT INTENTIONALLY BLANK 85%$1 )25(675<3/$1 3+$6(͔͓͕͒ ¢ęŁĸÒŪ ıÒïüAŁŤŲ ¾ŁŤŲęʹ ¢Ã ͙͓͙͚͓͙͒͘Α͙͚͛Α͓͕͗͗ ĸƎƎƎ͹ŸŤíÒĺƎŁŤŲęïŁ͹ïŁĸõÒŤĜĺϖŸŤíÒĺƎŁŤŲęïŁ͹ïŁĸ$=$/($$9(72:1+20(6 $=$/($ $9(  )257 :257+ 7; /276   %/2&.   /,1:22' $'',7,21$=$/($$9(72:1+20(62:1(53$17+(5 &,7< +2/',1*&203$1< //& )$11,1 67 68,7( +286721 7; &2175$&725-(11,)(5 *5,0(6*5,0(6(19,5210(17$/32 %2; .$8)0$1 7; MHQQLIHU#JULPHVHQYLURQPHQWDOFRP&2168/7$17'$5,1 1250$185%$1:257+ //& : 7+ 67 )257 :257+ 7; GDULQ#XUEDQZRUWKFRFRP'5$:1 %<'$5,1 1250$1&+(&.(' %<'2&80(17 '$7(-XQH  -2% 1HZ ):$ 85%$1 )25(675< 3(50,79,&,1,7<0$36&$/(    85%$1 )25(675< 3/$1  3+$6( 3/$7/,1:22'$'',7,2192/80(%3$*(<($5ƒ„އ ͵ǣ ”‡‡ —”˜‡› ƒ–ƒ ȋ”‡ˆ‡” –‘ ƒ„އ ʹ …‘†‡• Ȍ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͔͓͕͒ ¢ęŁĸÒŪ ıÒïüAŁŤŲ ¾ŁŤŲęʹ ¢Ã ͙͓͙͚͓͙͒͘Α͙͚͛Α͓͕͗͗ ĸƎƎƎ͹ŸŤíÒĺƎŁŤŲęïŁ͹ïŁĸõÒŤĜĺϖŸŤíÒĺƎŁŤŲęïŁ͹ïŁĸ$=$/($$9(72:1+20(6 $=$/($ $9(  )257 :257+ 7; /276   %/2&.   /,1:22' $'',7,21$=$/($$9(72:1+20(62:1(53$17+(5 &,7< +2/',1*&203$1< //& )$11,1 67 68,7( +286721 7; &2175$&725-(11,)(5 *5,0(6*5,0(6(19,5210(17$/32 %2; .$8)0$1 7; MHQQLIHU#JULPHVHQYLURQPHQWDOFRP&2168/7$17'$5,1 1250$185%$1:257+ //& : 7+ 67 )257 :257+ 7; GDULQ#XUEDQZRUWKFRFRP'5$:1 %<'$5,1 1250$1&+(&.(' %<'2&80(17 '$7(-XQH  -2% 1HZ ):$ 85%$1 )25(675< 3(50,7ƒ„އ ͳǣ ”„ƒ ‘”‡•–”› ‡“—‹”‡‡– ƒŽ…—Žƒ–‘”WĞƌŵŝƚ η͗džŝƐƚŝŶŐ ^ŝƚĞ /ŶĨŽƌŵĂƚŝŽŶĂůĐƵůĂƚŝŽŶ^ƋƵĂƌĞ &ĞĞƚĐƌĞƐϭ'ƌŽƐƐ ĂƌĞĂ ŽĨ ůŽƚ;ƐͿ Žƌ ƚƌĂĐƚ;ƐͿ՜ϭ͕ ϯϯ͕ϵϳϲ͕Ϭ͘ϳϳϮWƵďůŝĐ ƵƚŝůŝƚLJ ĞĂƐĞŵĞŶƚƐ՜Ϯ͕ ϭ͕Ϯϯϯ͕Ϭ͘ϬϮϯEĞƚ hƌďĂŶ &ŽƌĞƐƚƌLJ ƌĞĂ ;ĂƉƉůŝĐĂďůĞ ƚŽ ƚƌĞĞ ƌĞƋƵŝƌĞŵĞŶƚƐͿϭͲϮ͕ ϯϮ͕ϳϰϯ͕Ϭ͘ϳϱϰƌĞĂ ŽĨ ƉĂƌŬŝŶŐ ĂŶĚ ĚƌŝǀĞƐϯ ;ƐŝŶŐůĞͬƚǁŽͲĨĂŵŝůLJ ĂƌĞ ĞdžĞŵƉƚͿ՜͕͕Ϭ͕Ϭ͘ϬϬϱWƌĞƐĞƌǀ ŵĞƚŚŽĚͬdžŝƐƚŝŶŐ ƚƌĞĞ ĐĂŶŽƉLJ ĂƌĞĂϰ0HWKRG $ 3UHVHUYDWLRQ՜͕ ϱ͕Ϭϵϱ͕Ϭ͘ϭϭ^ŝŐŶŝĨŝĐĂŶƚ dƌĞĞƐϱ ;DƵƐƚ hƐĞ dĂďůĞƐ Ϯ Θ ϯͿĂůĐƵůĂƚŝŽŶ^ƋƵĂƌĞ &ĞĞƚ,ϭůů WŽƐƚ KĂŬƐͬůĂĐŬũĂĐŬ KĂŬƐ൒ϭϴΗ ĚďŚ;ĐŽŵƉůĞƚĞ dĂďůĞ ϯͿ͕͕ϬϬϮůů ŽƚŚĞƌ ƚƌĞĞƐ൒ϮϳΗ ĚďŚ ;ƌĞŐĂƌĚůĞƐƐ ŽĨ ƐƉĞĐŝĞƐ Žƌ ůŽĐĂƚŝŽŶͿ;ĐŽŵƉůĞƚĞ dĂďůĞ ϯͿ͕͕Ϭ͕ϬϯdŽƚĂů ŽĨ ƐŝŐŶŝĨŝĐĂŶƚ ƚƌĞĞƐ ƚŽ ďĞ ƉƌĞƐĞƌǀĞĚ;ĐŽŵƉůĞƚĞ dĂďůĞ ϯͿ͕͕ϬϬϰ^ŝŐŶŝĨŝĐĂŶƚ ƚƌĞĞ ƉƌĞƐĞƌǀĂƚŝŽŶ ĐƌĞĚŝƚϯ ĨƚϮ dž Ϭ͘ϱ͕͕ϬϱdŽƚĂů ŽĨ ƐŝŐŶŝĨŝĐĂŶƚ ƚƌĞĞƐ ƚŽ ďĞ ƌĞŵŽǀĞĚ;ĐŽŵƉůĞƚĞ dĂďůĞ ϯͿ͕͕Ϭ͕Ϭ^ŝŐŶŝĨŝĐĂŶƚ dƌĞĞ ZĞŵŽǀĂů DŝƚŝŐĂƚŝŽŶ KƉƚŝŽŶƐϱ ;DƵƐƚ hƐĞ dĂďůĞƐ Ϯ Θ ϯͿ^ƋƵĂƌĞ &ĞĞƚΨϭĚĚŝƚŝŽŶĂů dƌĞĞ WƌĞƐĞƌǀĂƚŝŽŶ;ĐŽŵƉůĞƚĞ dĂďůĞ ϯͿ͕͕ϬϮĚĚŝƚŝŽŶĂů dƌĞĞ WůĂŶƚŝŶŐ;ĐŽŵƉůĞƚĞ dĂďůĞ ϯͿ͕͕ϬϯWĂLJ /ŶƚŽ dƌĞĞ &ƵŶĚ;ĐŽŵƉůĞƚĞ dĂďůĞ ϯͿΨϬϬйDŝƚŝŐĂƚŝŽŶ &Žƌ >ŽƐƐ KĨ WƌĞƐĞƌǀĞĚ dƌĞĞƐϲ ;ZĞƐĞƌǀĞĚ ĨŽƌ ŝƚLJ ^ƚĂĨĨ hƐĞͿĂůĐƵůĂƚŝŽŶ^ƋƵĂƌĞ &ĞĞƚΨϭ/ŶĐƌĞĂƐĞ ŵŝŶ͘ ƉůĂŶƚŝŶŐ Θ ƌĞƋƵŝƌĞĚ ƐŝƚĞ ĐĂŶŽƉLJ ϱy ƚƌĞĞ ĂƌĞĂ;ĨƌŽŵ dĂďůĞ ϮΘϯͿϬϮWĞŶĂůƚLJ ĨŽƌ ŶŽŶͲĂƉƉƌŽǀĞĚ ƚƌĞĞ ƌĞŵŽǀĂů Žƌ ůĂĐŬ ŽĨ ƌĞƋƵŝƌĞĚ ƉƌŽƚĞĐƚŝŽŶ;ĨƌŽŵ dĂďůĞ ϮΘϯͿΨϬ͘ϬϬ^ŝƚĞ ĂŶŽƉLJ ZĞƋƵŝƌĞŵĞŶƚƐĂůĐƵůĂƚŝŽŶ^ƋƵĂƌĞ &ĞĞƚĐƌĞƐϭ>ĂŶĚ hƐĞ Ͳ ďĂƐĞ ƌĞƋƵŝƌĞŵĞŶƚ0L[HG8VH 08 85 ϯ dž йϱй͕ ϭ͕ϲϯϳ͕Ϭ͘ϬϯϮĚĚ ϱй ĨŽƌ ƉƌĞƐĞƌǀĂƚŝŽŶ ŵĞƚŚŽĚ  ;ΗƉƌŽƚĞĐƚĞĚ ƚƌĞĞƐΗͿϯdž ͘Ϭϱ͕͕Ϭ͕Ϭ͘ϬϬϯDŝƚŝŐĂƚŝŽŶ ĨŽƌ ƐŝŐŶŝĨŝĐĂŶƚ ƚƌĞĞ ƌĞŵŽǀĂůϱ ;ƉůĂŶƚͬƉƌĞƐĞƌǀĂƚŝŽŶͿϭнϮ͕͕Ϭ͕Ϭ͘ϬϬϰDŝƚŝŐĂƚŝŽŶ ĨŽƌ ĚĞĂĚͬĚĞĐůŝŶŝŶŐͬĚĂŵĂŐĞĚ ΗƉƌĞƐĞƌǀĞĚ ƚƌĞĞƐΗ ϲ ;ƉůĂŶƚͿϭ͕͕Ϭ͕Ϭ͘ϬϬϱdŽƚĂů ƌĞƋƵŝƌĞĚ ĐĂŶŽƉLJ ĐŽǀĞƌĂŐĞ ĨŽƌ ƐŝƚĞϭнϮнϯнϰ͕ ϭ͕ϲϯϳ͕Ϭ͘ϬϯϲZĞƋƵŝƌĞĚ ĐĂŶŽƉLJ ǁŝƚŚŝŶ Žƌ ĂĚũĂĐĞŶƚ ƚŽ ƉĂƌŬŝŶŐͬĚƌŝǀĞ ĂƌĞĂƐϯϰ dž Ϭ͘ϰϬ͕͕Ϭ͕Ϭ͘ϬϬ&WƌĞƐĞƌǀĂƚŝŽŶ ŽĨ džŝƐƚŝŶŐ ĂŶŽƉLJĂůĐƵůĂƚŝŽŶ^ƋƵĂƌĞ &ĞĞƚĐƌĞƐϭWƌĞƐĞƌǀĂƚŝŽŶ ƌĞƋƵŝƌĞŵĞŶƚϳ ;ϮϱйͿϱ dž Ϭ͘Ϯϱ͕ ϭ͕Ϯϳϰ͕Ϭ͘ϬϮϯĚĚŝƚŝŽŶĂů ƉƌĞƐĞƌǀĂƚŝŽŶ ŽƉƚŝŽŶ ƚŽ ŵŝƚŝŐĂƚĞ ƐŝŐŶŝĨŝĐĂŶƚ ƚƌĞĞƐϭ͕͕Ϭ͕Ϭ͘ϬϬϰdŽƚĂů ƉƌĞƐĞƌǀĂƚŝŽŶ ƌĞƋƵŝƌĞŵĞŶƚ&ϭн&Ϯн&ϯ͕ ϭ͕Ϯϳϰ͕Ϭ͘ϬϮϱƌĞĂ ŽĨ ĞdžŝƐƚŝŶŐ ĐĂŶŽƉLJ ƉƌĞƐĞƌǀĞĚ՜͕ ϭ͕ϭϮϮ͕Ϭ͘ϬϮϲdŽƚĂů ƉƌĞƐĞƌǀĂƚŝŽŶ ĐƌĞĚŝƚ ƚŽǁĂƌĚ ƉůĂŶƚŝŶŐϰн&ϱ͕ ϭ͕ϭϮϮ͕Ϭ͘ϬϮϳWƌĞƐĞƌǀĂƚŝŽŶ ďĂůĂŶĐĞ&ϱͲ&ϰͲ ͕ ͕ϭϱϮͲ ͕ Ϭ͘ϬϬ 85%$1 )25(675<3/$1 3+$6(͔͓͕͒ ¢ęŁĸÒŪ ıÒïüAŁŤŲ ¾ŁŤŲęʹ ¢Ã ͙͓͙͚͓͙͒͘Α͙͚͛Α͓͕͗͗ ĸƎƎƎ͹ŸŤíÒĺƎŁŤŲęïŁ͹ïŁĸõÒŤĜĺϖŸŤíÒĺƎŁŤŲęïŁ͹ïŁĸ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ƒ„އ ͵ǣ ”‡‡ —”˜‡› ƒ–ƒ ȋ”‡ˆ‡” –‘ ƒ„އ ʹ …‘†‡• Ȍ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͔͓͕͒ ¢ęŁĸÒŪ ıÒïüAŁŤŲ ¾ŁŤŲęʹ ¢Ã ͙͓͙͚͓͙͒͘Α͙͚͛Α͓͕͗͗ ĸƎƎƎ͹ŸŤíÒĺƎŁŤŲęïŁ͹ïŁĸõÒŤĜĺϖŸŤíÒĺƎŁŤŲęïŁ͹ïŁĸ$=$/($$9(72:1+20(6 $=$/($ $9(  )257 :257+ 7; /276   %/2&.   /,1:22' $'',7,21$=$/($$9(72:1+20(62:1(53$17+(5 &,7< +2/',1*&203$1< //& )$11,1 67 68,7( +286721 7; &2175$&725-(11,)(5 *5,0(6*5,0(6(19,5210(17$/32 %2; .$8)0$1 7; MHQQLIHU#JULPHVHQYLURQPHQWDOFRP&2168/7$17'$5,1 1250$185%$1:257+ //& : 7+ 67 )257 :257+ 7; GDULQ#XUEDQZRUWKFRFRP'5$:1 %<'$5,1 1250$1&+(&.(' %<'2&80(17 '$7(-XQH  -2% 1HZ ):$ 85%$1 )25(675< 3(50,7,EĞǁ dƌĞĞ WůĂŶƚŝŶŐĂůĐƵůĂƚŝŽŶYƚLJ^ƋƵĂƌĞ &ĞĞƚĐƌĞƐϭZĞƋƵŝƌĞĚ ƚƌĞĞ ƉůĂŶƚŝŶŐϱͲ&ϲ͕ ͕ϱϭϱ͕Ϭ͘ϬϭϮ>ĂƌŐĞ ĐĂŶŽƉLJ ƚƌĞĞƐ͗ ϮϬϬϬ ĨƚϮ ƉĞƌ ƚƌĞĞ Ăƚ ϰϬĨƚ Žƌ ŐƌĞĂƚĞƌ ƐƉĂĐŝŶŐϮϬϬϬ džϱ͕ ϭϬ͕ϬϬϬ͕Ϭ͘ϮϮϯDĞĚŝƵŵ ĐĂŶŽƉLJ ƚƌĞĞƐ͗ ϳϬϬ ĨƚϮ ƉĞƌ ƚƌĞĞ Ăƚ ϮϱĨƚ Žƌ ŐƌĞĂƚĞƌ ƐƉĂĐŝŶŐϳϬϬ džϱ͕ϯ͕ϱϬϬ͕Ϭ͘Ϭϴϰ^ŵĂůů ĐĂŶŽƉLJ ƚƌĞĞƐ͗ ϭϬϬ ĨƚϮ ƉĞƌ ƚƌĞĞ Ăƚ ϴĨƚ Žƌ ŐƌĞĂƚĞƌ ƐƉĂĐŝŶŐϭϬϬ dž͕͕Ϭ͕Ϭ͘ϬϬϱ^ƵďƚŽƚĂů ;ĚĞĚƵĐƚ ĨŽƌ ƐƉĂĐŝŶŐ ďĞůŽǁͿ,Ϯн,ϯн,ϰ͕ ϭϯ͕ϱϬϬ͕Ϭ͘ϯϬϲĞĚƵĐƚŝŽŶƐ ĨŽƌ ƐƉĂĐŝŶŐϴ^ŝnjĞͬ^ƉĂĐŝŶŐ ;ĨƚͿĞĚƵĐƚ dž4W\dŽƚĂů ĨƚϮ>ŐϯϱϮϬϬϬEĞǁ dƌĞĞƐ>ŐϯϬϰϱϬϱϮ͕ϮϱϬΎĞĚƵĐƚ ƉĞƌ ƐƉĂĐŝŶŐ ĂŶĚ ŶŽƚ ƉĞƌ ƚƌĞĞ͘>ŐϮϱϳϬϬϬΎ&Žƌ ŵŝdžĞĚ ƐŝnjĞ ƐƉĂĐŝŶŐ ƵƐĞ ƚŚĞ ƐŵĂůůĞƌ ƚƌĞĞ ƐŝnjĞΖƐ ĚĞĚƵĐƚŝŽŶ͘>ŐϮϬϭ͕ϬϬϬϬ>Őϭϱϭ͕ϮϱϬϬDĞĚϮϬϭϱϬϱϳϱϬDĞĚϭϱϮϱϬϬDĞĚϭϬϰϬϬϬϳdŽƚĂů ^ƉĂĐŝŶŐ ĞĚƵĐƚŝŽŶ^Ƶŵ ,ϲ ƚŽƚĂůƐϯ͕ϬϬϬϴdŽƚĂů WůĂŶƚŝŶŐ ;ŝŶĐůƵĚĞƐ ƐƉĂĐŝŶŐ ĚĞĚƵĐƚŝŽŶƐͿ,ϱͲ,ϳ͕ ϭϬ͕ϱϬϬ͕Ϭ͘Ϯϰ/dƌĞĞ ĂŶŽƉLJ &Žƌ WĂƌŬŝŶŐ ƌĞĂƐϯĂůĐƵůĂƚŝŽŶ^ƋƵĂƌĞ &ĞĞƚΨϭZĞƋƵŝƌĞĚ ĐĂŶŽƉLJ ǁŝƚŚŝŶ Žƌ ĂĚũĂĐĞŶƚ ƚŽ ƉĂƌŬŝŶŐͬĚƌŝǀĞ ĂƌĞĂƐϲ͕͕Ϭ͕Ϭ͘ϬϬϮƌĞĂ ŽĨ ĐĂŶŽƉLJ ĐŽǀĞƌĂŐĞ ďĞŝŶŐ ƉƌŽǀŝĚĞĚ ĨŽƌ ƉĂƌŬŝŶŐͬĚƌŝǀĞ՜͕Ϭ͘ϬϬϯdžĐĞƐƐͬĚĞĨŝĐŝĞŶƚ ƉĂƌŬŝŶŐ ĐĂŶŽƉLJ/ϮͲ/ϯ͕͕Ϭ͕Ϭ͘ϬϬ:&ƵůĨŝůůŵĞŶƚ KĨ KǀĞƌĂůů ^ŝƚĞ dƌĞĞ ĂŶŽƉLJϭdŽƚĂů ƌĞƋƵŝƌĞĚ ĐĂŶŽƉLJ ĐŽǀĞƌĂŐĞ ĨŽƌ ƐŝƚĞϱ͕ϭ͕ϲϯϳ͕Ϭ͘ϬϯϮWƌŽǀŝĚĞĚ ĐĂŶŽƉLJ ĐŽǀĞƌĂŐĞ&ϲн,ϴ͕ ϭϭ͕ϲϮϮ͕Ϭ͘ϮϲϯdžĐĞƐƐͬĚĞĨŝĐŝĞŶƚ ŽǀĞƌĂůů ĐĂŶŽƉLJ:ϮͲ:ϭ͕ϵ͕ϵϴϱ͕Ϭ͘ϮϮ 75(( 3527(&7,21'(7$,/6 $1' 127(6͔͓͕͒ ¢ęŁĸÒŪ ıÒïüAŁŤŲ ¾ŁŤŲęʹ ¢Ã ͙͓͙͚͓͙͒͘Α͙͚͛Α͓͕͗͗ ĸƎƎƎ͹ŸŤíÒĺƎŁŤŲęïŁ͹ïŁĸõÒŤĜĺϖŸŤíÒĺƎŁŤŲęïŁ͹ïŁĸ$=$/($$9(72:1+20(6 $=$/($ $9(  )257 :257+ 7; /276   %/2&.   /,1:22' $'',7,21$=$/($$9(72:1+20(62:1(53$17+(5 &,7< +2/',1*&203$1< //& )$11,1 67 68,7( +286721 7; &2175$&725-(11,)(5 *5,0(6*5,0(6(19,5210(17$/32 %2; .$8)0$1 7; MHQQLIHU#JULPHVHQYLURQPHQWDOFRP&2168/7$17'$5,1 1250$185%$1:257+ //& : 7+ 67 )257 :257+ 7; GDULQ#XUEDQZRUWKFRFRP'5$:1 %<'$5,1 1250$1&+(&.(' %<'2&80(17 '$7(-XQH  -2% 1HZ ):$ 85%$1 )25(675< 3(50,7  127(6)(1&( 72 %( 0$,1,7$,1(' $1'5(3$,5(' $6 1(('(' '85,1*&216758&7,2112 &216758&7,21 75$)),& *5$',1*6725$*( 25 :$67(',6326$/$//2:(' :,7+,1 7+( )(1&('$5($ $5281' 75((6),1,6+ *5$'(6(7 0(7$/ 732676 #   2&$6 )(1&( 68332576 +(,*+7 &+$,1 /,1. 6$)(7<)(1&,1* $7 7+( '5,3 /,1( 25  3(5  7581. ',$0(7(5 2)$// (;,67,1* 75((6 72 %(3527(&7(' ,) )(1&,1* &$1127 %( /2&$7(' $7 '5,3 /,1($5($ (48,9$/(17 72 7+( 6,'(2)7+('5,3/,1(0867%(3527(&7(''5,3 /,1(6&$/(  176/(9(/ , 75(( 3527(&7,21 6&$/(  176/(9(/ ,, 75(( 3527(&7,21; 08/&+ 81'(5 '5,3 /,1(0,1,0$/ 3527(&7,21 )2552276 )520 &216758&7,21$&7,9,7,(6,)'((0('1(&(66$5<%<85%$1)25(67(562,/6&$/(  17675(( 3/$17,1* '(7$,/ 0,1&203$&7(' %$&.),//%$&.),// 0,;  38/9(5,=(' 1$7,9( 62,/ &203267),1,6+(' *5$'( 6$8&(5 .((3 &/($5 2) 785)$1' 3/$17632/(67$.( '2 127 3,(5&( 5227%$//  6(&85( :,5( (1'672 67$.(  86( :21'(575((7,( 02'(/ :: 25 $33529(' (48$/ 5(029( $// :,7+,1 21( <($52) ,167$//$7,21 08/&+ .((3 &/($5 )52075(( 7581..((3 5227 )/$5(9,6,%/(75(( 3527(&7,21 127(6(;,67,1* 75((6 6+2:1 72 5(0$,1 $5( 72 %( 3527(&7(' '85,1* &216758&7,21 &+$,1/,1. )(1&,1* 0,1   +(,*+7 6+$//%( ,167$//(' $7 7+( '5,3 /,1( 2) $// 75((6 25 75(( *52836 72 5(0$,1 3$5.,1* 25 9(+,&/(6 25 3(5)250,1* :25. :,7+,17+(6( $5($6 27+(5 7+$1 6+2:1 21 7+( 3/$1 :,// 127 %( $//2:(' 7+( 75(( 3527(&7,21 6+$// 5(0$,1 '85,1*&216758&7,21 27+(5 75(( 3527(&7,21 0($685(6 6+$// %( ,1 $&&25'$1&( :,7+7+( &,7< 6 67$1'$5'6 $1' 25',1$1&(6',6326$/ 2) $1< :$67( 0$7(5,$/ 68&+ $6 %87 127 /,0,7(' 72 3$,17 $63+$/72,/ 62/9(176 &21&5(7( 0257$5 (7&:,7+,1 7+( &$123< $5($ 2) 7+( (;,67,1* 75((6 6+$// 127 %( $//2:('12 $77$&+0(176 25 :,5(6 2) $1< .,1' 27+(5 7+$1 7+26( 2) $ 3527(&7,9( 1$785( 6+$// %( $77$&+(' 72 $1< 75((12 ),// 25 (;&$9$7,21 2) $1< 1$785( 6+$// 2&&85 :,7+,1 7+( '5,3 /,1( 2) $ 75((72 %( 35(6(59(' 81/(66 7+(5( ,6 $63(&,),(' :(// 25 5(7$,1,1* :$// 6+2:1 21 7+( *5$',1* 3/$112 0$7(5,$/6 6+$// %( 6725(' :,7+,1 7+( '5,3/,1( $5($ 2) $ 75(( 72 %( 35(6(59('52: 3527(&7,9( 75(( )(1&,1* 72 %( 387 ,1 3/$&( %()25( *5$',1*&216758&7,21 %(*,16 $1' 5(0$,1 817,/ &203/(7,212) 7+( 352-(&752: 3527(&7,9( 75(( )(1&,1* 72 %( ,163(&7(' %< 7+( &,7< )25(67(5 %()25( *5$',1*&216758&7,21 %(*,16 3529,'( +56 0,1,080 127,&( FLW\WUHHSHUPLWV#IRUWZRUWKWH[DVJRY (0$,/ 25 %,/,1*,$/ 6,*1 21 35(7(&7,9( )(1&,1* ,1 (1*/,6+ $1' 63$1,6+ 5($'6 .((3 287 75(( 3527(&7,21 $5($3$5' $66(660(17 2) '$0$*(6 72 52: 75((67+( &2175$&725 :,// &+(&. 75((6 ,1 7+( &2175$&7 $5($ %()25( &2175$&7 :25. %(*,16 $1< '$0$*( :,// %( 127('$1' 5(3257(' 72 7+( &2175$&7 $'0,1,675$7257+( &2175$&7 $'01,1,675$725 :,// &21'8&7 5$1'20 &+(&.6 2) 7+( 75((6 '85,1* 7+( &2175$&7 3(5,2'$ &+(&. 2) $// 75((6 0$< %( 0$'( $7 7+( (1' 2) 7+( &2175$&7 3(5,2' &,7< )25(67(5 &2175$&7 $'0,1,675$725 $1'&2175$&725 :,// $77(1' 7+( ,163(&7,21'$0$*(6 6+$// %( '2&80(17(' %< 0(02 72 7+( &,7< )25(67(5 :,7+ &23< 72 &2175$&7 ),/( $1' 7+( &2175$&725&2175$&725 0$< +$9( 7+( 237,21 2) 5(3/$&(0(17 25 3$<0(17 )25 6(9(5(/< '$0$*(' 75((6 $7 $ /2&$7,21 72 %('(6,*1$7(' %< 3$5' 5(3/$&(0(17 6+$// %( 0$'(21 $ &$/,3(5 ,1&+ %< $/,3(5 ,1&+ %$6,6 :,7+ $ 0,1,080 6,=( 2)5(3/$&(0(17 75(( 2)  ,1 &$/,3(5 )25 75((6 '$0$*(' 25 5(029(' :+,&+ $5( /(66 7+$1  '%+ $1'  3(5 ,1&+ )2575((6 :+,&+ $5(  '%+ 25 *5($7(5 7+( &2175$&725 6+$// %( 5(63216,%/( )257+( 3/$17,1%* :$7(5,1*08/&+,1* $1' 0$,17(1$1&( 2) 5(3/$&(0(17 75((6 )25 $ 3(5,2' 2) 127 /(66 7+$1  <($56 $1< 75(( 7+$7 '2(6 13276859,9( 7+(  <($5 (67$%/,6+0(17 3(5,2' 6+$// %( &203(16$7(' )25 %< 7+( &2175$&725 72 3$5' 75(( )81' $7 $5$7( 2)  3(5 &$/,3(5 ,1&+6/,*+7 '$0$*( 6+$// %( '(),1(' ,1 7+( 23,1,21 2) 7+( &,7< )25(67(5 $6 '$0$*( 0$< +($/ (;$03/(6 ,1&8'( %87 $5(127 /,0,7(' 72 6&$55,1* 2) 7+( 7581. ,172 7+( &$0%,$/ /$<(5  72  ,1 :,'7+ %87 /(66 7+$1  7581.&,5&80)(5(1&( 25 %5($.,1* 2) /,0%6 /(66 7+$1  ',$0(7(5 25 /,0%6 /(66 7+$1  7581. &$/,3(5 :+,&+(9(5 ,6 /(666/,*+7 '$0$*( 6+$// $/62 ,1&/8'( 5(029$/ 25 /$<,1* '2:1 2) 35(7(&7,9( 75(( )(1&,1* 35,25 72 (1' 2)&216758&7,21 6725,1* (48,30(17 25 6833/,(6 :,7+,1 7+( &5,7,&$/ 5227 =21( &5=  25 ',6326,1* 2) 3$,17 25&21&5(7( :,7+,1 7+( &5= %87 127 &/26(5 72 7+( 7581. 7+$1  5$',86 2) 7+( &5= 6/,*+7 '$0$*( 72 75((6 6+$//%( $66(66(' $7 $ 5$7( 2)  )25 ($&+ ,167$1&( ($&+ '$< 75(( )(1&,1* ,6 127 3523(5/< 3/$&(' (48,30(17 256833/,(6 $5( 6725(' :,7+,1 &5= 25 ),// ,6 6725(' :,7+,1 7+( &5= 6+$// %( &216,'(5(' 21( ,167$1&(02'(5$7( '$0$*( 6+$// %( '(),1(' ,1 7+( 23,1,21 2) 7+( &,7< )25(67(5 $6 '$0$*( 7+$7 &2175,%87(6 72 7+( 3225+($/7+ $1' 5('8&(' /21*(9,7< 2) 7+( 75(( (;$03/(6 ,1&/8'( %87 $5( 127 /,0,7(' 72 6&$5,1* 2) 7+( 7581. ,1727+( &$0%,$/ /$<(5 *5($7(5 7+$1  %87 /(66 7+$1  7+( 7581. &,5&80)(5(1&( 25 %5($.,1* 2) /,0%6 025( 7+$1 ,1 ',$0(7(5 %87 /(66 7+$1  7581. &$/,3(5 02'(5$7( '$0$*( 6+$// $/62 ,1&/8'( &203$&7,21 2) 62,/ *5$',1* 25),//,1* ,1  2) 7+( &5= 21  2)  6,'(6 %87 2876,'( 7+(  5$',86 2) 7+( &5=25 ',6326,1* 2) 3$,17 25 &21&5(7(:,7+,1  5$',86 2) 7+( &5= 02'(5$7( '$0$*(6 6+$// %( &$/&8/$7(' $7 $ 5$7(2)  2) 7+( $66(66(' 9$/8( 2)7+( 75(( 3(5 ($&+ ,167$1&( 2) '$0$*(6(9(5( '$0$*( 25 5(029$/ 2) 75((6 ,6 68%-(&7 72 3(1$/7< 2)  3(5 ',$0(7(5,1&+ 2) 75((6 5(029(' 25'$0$*(' )25 75((6 /(66 7+$1  '%+ 25  3(5 ',$0(7(5 ,1&+ )25 75((6  '%+ 25 *5($7(5 6(9(5( '$0$*( 255(029$/ 6+$// ,1&/8'( %87 ,6 127 /,0,7(' 72 6&$5,1* 2) 7+( 7581. 72 7+( &$0%,$/ /$<(5 *5($7(5 7+$1  7+(7581. &,5&80)(5(1&( 835227,1* 25 &$86,1* $ 75(( 72 /($1 25 '$0$*( 72 $ 6&$))2/',1* %5$1&+ 25 $1< %5$1&+*5($7(5 7+$1  2) 7581. &$/3(5 6(9(5( '$0$*( 6+$// $/62 ,1&/8'( &203$&7,21 2) 62,/ *5$',1* 25 ),//,1* 025(7+$1  2) 7+( &5= 25 :,7+,1  5$',86 2) 7+( &5= 25 21 025( 7+$1 21( 2)  6,'(6 &877,1*  2) 7+( %8775(6652276 :,7+,1  7,0(6 7+( ',67$1&( 2) 7+( '%+ 2) 7+( 7581. 25 &877,1*  52276  25 *5($7(5 ,1 ',$0(7(5 :,7+,1  2) 7+( 7581. 6+$// $/62 %( &216,'(5(' 6(9(5 '$0$*(%5$1&+(6 6+$// %( 0($685('$7 7+( 32,17 2) $77$&+0(17 25 $7 7+( /$7(5$/ 72 :+,&+ 7+( %5$1&+ :28/' %( 3581('%$&. 72 $&&25',1* 72 $16, 67$1'$5'6 75((6 &$/,3(5 6+$// %( 0($685(' $&&25',1* 72 $&&(37(' ,1'8675<67$1'$5'6 75((6 *5($7(5 7+$1  &$/,3(5 6+$// %( 0($685(' 86,1* ',$0(7(5$7 %5($67 +(,*+7 '%+  75((6 7+$70867 %( 5(029(' '8( 72 '$0$*( &$86(' %< 7+( &2175$&725 6+$// %( 5(029(' %< 7+( )25(675< 6(&7,21 6 75((5(029$/&2175$&725 $7 7+( &2175&$725 6 (;3(16($// '$0$*(6 6+$// %( 3$,' 72 7+( &,7< 75(( )81' )$,/85( 72 5(3/$&( 25 3$< )25'$0$*(' 75((6 6+$// 5(68/7 ,1 $%5($&+ 2) &2175$&7 $1' 7+( &2175$&725 :,// %( $8720$7,&$//< $66(66(' '$0$*(6 '$0$*(6 $6 '(6&5,%(' +(5(,16+$// %( '('8&7(' )520 3$<0(176 27+(5:,6( '8( 72 7+( &2175$&725,1)250$7,21$/ ,7(0 $1' &217$&7 &+$37(5  2) 7+( &,7< &2'( *,9(6 7+( &,7< )25(67(5 :+2 ,6 %$6(' 287 2) 7+(3$5.6 $1' 5(&5($7,21 '(3$570(17 -85,6',&7,21 2&9(5 $// &,7< 2:1(' 75((6 :+,&+ ,1&/8'(6 7+( 675((7 52: $1'&,7< 3$5./$1' 285 3/$17,1* 3581,1* $1' 5(039$/ 3(50,7 352&(66 ,6 +$1'/(' 6(3$5$7(/< )520 7+$7 2) 7+( 85%$1)25(675< $1' ,6 ,1 $'',7,21 72 $1< 85%$1 '(6,*1 ',675,&7 5(48,5(0(176352&(66(6 :+,&+ $5( 3$57 2) 7+( =21,1*25',1$1&( $1' $5( 5(9,(:(' %< 3/$16 (;$0,1(56 ,1 7+( '(9(/230(17 6(59,&(6'(3$570(17 )25 &203/,$1&( :,7+7+( =21,1* 5(48,5(0(176 &217$&7 FLW\WUHHSHUPLWV#IRUWZRUWKWH[DVJRY (0$,/ 25  &,7<2))257:257+  :'$**(77$9(18( 67$1'$5'&216758&7,2163(&,),&$7,21'2&80(176  &31 5HYLVHG-XO\ $33(1',; *&6XEVXUIDFHDQG3K\VLFDO&RQGLWLRQV±*HRWHFKQLFDO5HSRUW3URYLGHG *53URGXFW5HTXLUHPHQWV±&2)::DWHU'HSDUWPHQW 73:6WDQGDUG3URGXFW/LVW3URYLGHG                 CITY OF FORT WORTH 307 W DAGGETT AVENUE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105705 Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CFWProductName Manufacturer ManufacturerProductName&Description MakersSalesandMarketing,LLC MRT2470ABͲType11,36"or60"Rise2/Bolt8'Arm, Galvanized MakersSalesandMarketing,LLC MRT2470ABͲType11,36"or60"Rise2/Bolt8'Arm, Black ValmontIndustries,Inc DB01373(page1of6)ͲShoeBasePoleType11, Galvanized MakersSalesandMarketing,LLC Type33B,36"RiseSimplex8'Arm,Galvanized MakersSalesandMarketing,LLC Type33B,36"RiseSimplex8'Arm,Black ValmontIndustries,Inc DB01373(page4of6)ͲSingleArmType33B,Galvanized AcuityBrandsLighting,Inc.AmericanElectricLighting,ATB0ͲP101ͲMvoltͲR2Ͳ3KͲ MPͲNLͲP7ͲAOͲRFD325607 AcuityBrandsLighting,Inc.AmericanElectricLighting,ATB0ͲP101ͲMvoltͲR4Ͳ3KͲ MPͲNLͲP7ͲAOͲRFD325606 AcuityBrandsLighting,Inc.AmericanElectricLighting,ATB0ͲP101ͲMvoltͲR2Ͳ3KͲBKͲ MPͲNLͲP7ͲAOͲRFD325609 AcuityBrandsLighting,Inc.AmericanElectricLighting,ATB0ͲP101ͲMvoltͲR4Ͳ3KͲBKͲ MPͲNLͲP7ͲAOͲRFD325608 McFarlandCascade CREOSOTE30/35FOOTTIMBERPOLE BayouForestProducts 30Ͳ35’.80CCAGreenTimberPole MakersSalesandMarketing,LLC WoodPoleArm,36"RiseSimplex8'Arm,Galvanized MakersSalesandMarketing,LLC WoodPoleArm,36"RiseSimplex8'Arm,Black ValmontIndustries,Inc DB01373(page6of6)ͲWoodPoleArm,Galvanized MakersSalesandMarketing,LLC MRT33.585ABͲType18,36"or60"Rise2/Bolt8'Arm, Galvanized MakersSalesandMarketing,LLC MRT33.585ABͲType18,36"or60"Rise2/Bolt8'Arm, Black ValmontIndustries,Inc DB01373(page2of6)ͲShoeBasePoleType18, Galvanized MakersSalesandMarketing,LLC Type33A,60"RiseSimplex8'Arm,Galvanized MakersSalesandMarketing,LLC Type33A,60"RiseSimplex8'Arm,Black ValmontIndustries,Inc DB01373(page3of6)ͲSingleArmType33A,Galvanized AcuityBrandsLighting,Inc.AmericanElectricLighting,ATB0ͲP303ͲMvoltͲR2Ͳ3KͲ MPͲNLͲP7ͲAOͲRFD322792 AcuityBrandsLighting,Inc.AmericanElectricLighting,ATB0ͲP303ͲMvoltͲR4Ͳ3KͲ MPͲNLͲP7ͲAOͲRFD322794 AcuityBrandsLighting,Inc.AmericanElectricLighting,ATB0ͲP303ͲMvoltͲR2Ͳ3KͲBKͲ MPͲNLͲP7ͲAOͲRFD322793 AcuityBrandsLighting,Inc.AmericanElectricLighting,ATB0ͲP303ͲMvoltͲR4Ͳ3KͲBKͲ MPͲNLͲP7ͲAOͲRFD322795 WoodPoleArm CFWLightingApprovedProductsList ArterialLuminaire ResidentialLuminaire ResidentialͲStandard ArterialͲStandard Type11Pole Type33BArm TimberPole Type18Pole Type33AArm McFarlandCascade CREOSOTE35/40FOOTTIMBERPOLE BayouForestProducts 30Ͳ35’.80CCAGreenTimberPole MakersSalesandMarketing,LLC WoodPoleArm,60"RiseSimplex8'Arm,Galvanized MakersSalesandMarketing,LLC WoodPoleArm,60"RiseSimplex8'Arm,Black ValmontIndustries,Inc DB01373(page5of6)ͲWoodPoleArm,Galvanized Washington10'Pole AcuityBrandsLighting,Inc.Holophane,CLA10.6(0AL)FTJ20P07BKͲMOD,ABͲ31Ͳ4 RFD110736 Washington14'Pole AcuityBrandsLighting,Inc.Holophane,CLA14FTJ20DMODC03BKRFD325026,ABͲ 16Ͳ4SPECRFD325026 WashingtonLuminaire AcuityBrandsLighting,Inc.Holophane,WFCL3P4030KMVOLTFC3NFBKAOPR7 FRGLRFD338699 WashingtonGlobe Luminaire AcuityBrandsLighting,Inc. Holophane,AWDE3P4030KMVOLTMSAL3BKPR7 AORFDͲ315548 OleanderTypeAPole AcuityBrandsLighting,Inc.Holophane,PDA12S5L20POBBKͲMOD OleanderTypeBPole AcuityBrandsLighting,Inc.Holophane,PDA20S5L20P08BKͲMOD OleanderTypeBArm AcuityBrandsLighting,Inc.Holophane,OHC15IN2ATNBK OleanderLuminaire AcuityBrandsLighting,Inc. Holophane,AUCL2P4030KASBKL3NP7AO RFD338741 Berry12'Pole AcuityBrandsLighting,Inc.Holophane,RSA1250G12SCBKABͲ26Ͳ4RFD326400 Berry20'Pole AcuityBrandsLighting,Inc.Holophane,PD20S5J20P11BKRFD338816 BerryArm AcuityBrandsLighting,Inc.Holophane,VLC27IN1ATNQSMBK BerryLuminaire AcuityBrandsLighting,Inc. Holophane,GPLF3P4030KMVOLTASYQSMBKPR7 AOSH BannerArms AcuityBrandsLighting,Inc.Holophane,BAͲ24INͲ2AͲC0ͲS4JͲBLͲ075PͲBK CantexInc. RigidNonmetallicSchedule80Conduit,MeetsUL651 specificationsandNEMATC2,Ratedfor90°CCable, SunlightResistant,10’Lengthsand20'lengths HeritagePlastics RigidNonmetallicSchedule80ElectricConduit,Meets UL651specifications,RUSlisted,NEMATCͲ2and NEMATCͲ3,Ratedfor90°CCable,Sunlight&Weather Resistant AtkoreͲHeritagePlastics PVCRigidSchedule80Conduit,ConformstoUL651 andNEMATC2,SunlightResistant,Listedfor90°C conductorsorcable PrimeConduit,Inc Schedule80PVCRigidNonmetallicConduit,Extra HeavyWallEPCͲ80,Sunlightresistant,Ratedforuse with90°Cconductors,MeetsUL651 SpliceKitWithConnector NSiIndustries,LLC GelStubSpliceKitwithConnector,EasyͲSplice,ESSLK Series WoodPoleArm TimberPole Conduit DecorativeͲPedestrian System SouthwireTypeXHHWͲ2copperconductor,600V EncoreWire TYPEXHHWͲ2/RW90,copperconductor,Superslick Elite,600V/1000V EncoreWire THHN/MTW/THWNͲ2Copperconductor,600V ServiceWireCo ServiceproͲXXHHWͲ2,600/1,000VoltCopper,CT Rated AdvancedDigitalCableInc XHHWͲ2LowSmokeHalogenFree,CrossͲlinked PolyethyleneInsulated14AWGͲ750MCM,600Volts, 90°CDryandwet AluminumWireͲTriplex PriorityWire&Cable,Inc TriplexOverheadAluminumConductor Edison GeneralPurpose,MidgetClassMENFuses,Voltage Rating:MENͲ250VAC,AmpereRating:0.5Ͳ30Amps, InterruptingRating:10,000RMSAmps@125V Edison ModularFerruleFuseBlocksforMidgetClassandCC Fuses Cooper InͲlinefuseholdersforSingleͲPole13/32"x11/2" FusesHEBͲAA EATON BussmannSeries,HEBbreakawayandnonͲbreakaway inͲlinefuseholdersforUL13/32”x1Ͳ 1/2”supplementalfuses EATON BussmannSeries,FNM13Ш32ȟx1Ͳ1Ш2ȟ250VacƟmeͲ delaysupplementalfuses Connector Thomas&Betts WireJointsforCopperConductor,CatNo:54615, 54620,54625ͲTB,54635,54640,54630 ElectrolSystems,Inc TYA(120/240)100(NS)AL(E)PS(U) WEManufacturing&Controls TYA120/240100(NS)AL(E)PS(U) ElectrolSystems,Inc TYA(240/480)100(NS)AL(E)PS(U) WEManufacturing&Controls TYA240/480100(NS)AL(E)PS(U) MacLeanHighline PolymerConcrete,PHA132412X0002:TIER22(X)22, 500lbs Oldcastle PolymerConcrete,HͲSERIESUNIT,H1730Ͳ24TIERͲ22Ͳ TXDOT2x1/2"CAPTIVEBOLTͲ2xBRASSFLOATING NUT Oldcastle PolymerConcrete,HͲSERIESUNIT,H1324Ͳ24TIERͲ15Ͳ TXDOT2x1/2"CAPTIVEBOLTͲ2xBRASSFLOATING NUT Kearneys NSiIndustries,LLC SplitBoltConnectors,CopperSplitBolts2Wire,N Series Photocell AcuityBrandsLighting,Inc.DarkToLight,DLLElite,ElectronicLocking,Type Photocontrol,DLLͲ127orDLLͲ480 ShortingCaps AcuityBrandsLighting,Inc.DarkToLight,Part#DSHORTSBKU ResidentialLuminaire TRASTARINC.DURAͲSTR10AͲ3KͲ120Ͳ3ͲGRͲSCL ArterialLuminaire TRASTARINC.DURAͲSTR25Ͳ3KͲ120Ͳ3ͲGRͲSCL InterimProducts CopperWire/Conductor MeteredPedestal120Ͳ240V MeteredPedestal240Ͳ 480V GroundBox Fuse&FuseHolder Approval Spec No. Classification Manufacturer Mix ID Mix Description Design Rquirements National SpecConcreteClass A (Sidewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement) 9/9/2022 03 30 00 Mix Design American Concrete Company 30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps3-5" Slump; 3-6% Air6/24/2024 03 30 00 Mix Design Big Town Concrete 302050-1 3000 psi Concrete for Curbs and Sidewalks3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Burnco Texas 30U101AG 3000 psi Concrete Mix for Flatwork3-5" Slump; 3-6% Air4/1/2024 03 30 00 Mix Design Burnco Texas 30U500BG 3000psi Concrete Mix for Sidewalks3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502021 3500 psi concrete for Sidewalks, Driveways, Ramps, Curb & Gutter 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Chisholm Trail Redi Mix C13020AE 3000 psi Concrete for Driveways, Curb & Gutter3-5" Slump; 4.5-7.5% Air9/9/2022 03 30 00 Mix Design City Concrete Company 30HA20II 3000 psi Concrete Mix for Blocking, Sidewalks, Flatwork, Pads3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps3-5" Slump; 3-6% Air1/29/2024 03 30 00 Mix Design Estrada Ready Mix R3050AEWR 5.00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Inlets, and Manholes3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1261 3000 psi Concrete Mix for Sidewalks3-5" Slump; 3-6% Air9/23/2024 03 30 00 Mix Design Holcim - SOR, Inc. 5177 3000 psi Concrete Mix for Sidewalks, Curbs and Gutters3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 5409 4000 psi Concrete Mix for Sidewalks, Inlets3-5" Slump; 3-6% Air4/7/2023 03 30 00 Mix Design Liquid Stone C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways.3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Martin Marietta R2136214 3,000 psi Concrete for Sidewalks & Ramps3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Martin Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps3-5" Slump; 3-6% Air4/1/202303 30 00 Mix Design Martin Marietta R2136N14 5.00 sacks / 3,000 psi concrete for Sidewalks3-5" Slump; 3-6% Air6/1/2023 03 30 00 Mix Design Martin Marietta R2136R20 3,000 psi Concrete for Sidewalks and Ramps3-5" Slump; 3-6% Air6/1/2023 03 30 00 Mix Design Martin Marietta R2136N20 3,000 psi Concrete for Sidewalks and Ramps3-5" Slump; 3-6% Air11/2/2022 03 30 00 Mix Design Martin Marietta R2141K24 4,000 psi Concrete for Junction Boxes, Sidewalks and Ramps3-5" Slump; 3-6% Air4/7/2023 03 30 00 Mix Design Martin Marietta R2136K14 3,000 psi concrete for sidewalks and ramps3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Martin Marietta R2131314 3,000 psi Concrete for Sidewalks & Ramps3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Martin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Martin Marietta D9490SC 3,000 psi Concrete for Sidewalks & Ramps3-5" Slump; 4.5-7.5% Air10/4/2023 03 30 00 Mix Design NBR Ready Mix CLS A-YY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3-6% Air10/4/2023 03 30 00 Mix Design NBR Ready Mix CLS A-NY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3-6% Air7/10/2023 03 30 00 Mix Desing Osburn 30A50MR 5 SK / 3,000 psi Concrete for Sidewalks3-5" Slump; 3-6% Air1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps 3-5" Slump; 3-6% Air1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM5525A 3600 psi Concrete for Sidewalks, Approaches, ADA Ramps3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Redi-Mix 10L11504 6.00 Sacks / 4,000 psi Concrete Mix for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & Junction Boxes 3-5" Slump; 3-6% Air10/24/2024 03 30 00 Mix Design SRM Concrete 30850 3000 psi Concrete for Sidewalks & ADA Ramps3-5" Slump; 3-6% Air10/24/2024 03 30 00 Mix Design SRM Concrete 30350 3000 psi Concrete for Sidewalks & ADA Ramps3-5" Slump; 3-6% Air10/18/2024 03 30 00 Mix Design SRM Concrete 30050 3000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thrust Blocks, Curb and Gutter, Driveways, Barrier Ramp 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5025A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Tarrant Concrete CP5020A 3000 psi Concrete Mix for Curb and Gutter3-5" Slump; 3-6% Air10/10/2022 03 30 00Mix Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp, Curb and Gutter 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Titan Ready Mix 3020AE 3000 psi Concrete for Sidewalks3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.230 3000 psi Concrete Mix for Flatwork, Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.2301 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3-6% AirClass CIP (Inlets, Manholes, Junction Boxes, Encasement, Blocking, Collars, Lightpole Foundations)9/9/2022 03 30 00 Mix Design American Concrete Company 40CNF065 4000 psi Concrete for Manholes & Utility Structures3-5" Slump; 0-3% Air9/9/2022 03 30 00 Mix Design Burnco Texas 40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveways, Screen Walls, Collars 3-5" Slump; 3-6% Air 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-2 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 3-5" Slump; 3-6% Air 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 3-5" Slump; 3-6% Air 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255 3500 psi Concrete Mix for Flatwork, Inlets, Thrust Blocking Concrete Encasement 3-5" Slump; 3-6% Air 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 270 5000 psi Concrete Mix for Cast-in-Place Box Culverts3-5" Slump; 3-6% Air 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370 5000 psi Concrete Mix for Cast-in-Place Box Culverts3-5" Slump; 3-6% Air 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 353 3000 psi Concrete Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 3-5" Slump; 3-6% Air 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 257 3600 psi Concrete mix for Valley Gutters, Lightpole Foundations 3-5" Slump; 3-6% Air 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 357 3600 psi Concrete Mix for Valley Gutters, Lightpole Foundations 3-5" Slump; 3-6% Air 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1701 4000 psi Concrete Mix for Storm Drain Structures, Sanitary Sewer Manholes, Junction Box 3-5" Slump; 3-6% Air 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1551 3000 psi Concrete Mix for Blocking3-5" Slump; 3-6% Air 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 5409 4000 psi Concrete Mix for Sidewalks, Inlets3-5" Slump; 3-6% Air4/27/2023 03 30 00 Mix Design Liquid Stone C361DNFA 3,600 psi Concrete for Retaining wall, driveway, junction box apron, approach 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Martin Marietta R2141230 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads 3-5" Slump; 3-6% Air8/4/2023 03 30 00 Mix Design Martin Marietta R2141R24 5.53 Sacks / 4,000 psi Concrete for Junction Box, Box Culvert, Sidewalks and Ramps. 3-5" Slump; 3-6% Air11/20/2023 03 30 00 Mix Design Martin Marietta R2146R33 6.01 Sacks / 4,000 psi Concrete Mix for CIP Sewer Manholes3-5" Slump; 3-6% Air11/20/2023 03 30 00 Mix Design Martin Marietta R2146K33 6.01 Sacks / 4,000 psi Concrete Mix for CIP Sewer Manholes.3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Martin Marietta R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls3-5" Slump; 4.5-7.5% Air9/9/202203 30 00 Mix Design Martin Marietta R2136224 3,600 psi Concrete for Curb Inlets3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Martin Marietta R2141233 3,600 psi Concrete for Storm Structures, Inlets, Blocking & Encasement 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Martin Marietta R2146038 4,500 psi Concrete for Inlets, Storm Drain Structures3-5" Slump; 3-6% Air10/24/2024 03 30 00 Mix Design Martin Marietta R2146K34 4000 psi Concrete for Inlets, Manholes, Headwalls, Thrust Blocks, Collars 3-5" Slump; 3-6% Air9/12/2023 03 30 00 Mix Design NBR Ready Mix CLS P1-YY 6.00 Sacks / 4,000 psi Concrete for Collars, Manholes, Box Culverts 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-YY 3000 psi Concrete Mix for Curb Inlets3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-NY 3000 psi Concrete Mix for Curb Inlets3-5" Slump; 3-6% Air1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5320A 3000 psi Concrete for Blocking3-5" Slump; 3-6% Air1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi Concrete for Strom Drain Structures3-5" Slump; 3-6% AirCITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENTSTANDARD PRODUCTS LIST AS OF 2/4/2025 Approval Spec No. Classification Manufacturer Mix ID Mix Description Design Rquirements National SpecCITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENTSTANDARD PRODUCTS LIST AS OF 2/4/2025Concrete (Continued)10/24/2024 03 30 00 Mix Design SRM Concrete 40350 4000 psi Concrete for Inlets, Manholes, Headwalls, Thrust Blocks, Collars 3-5" Slump; 3-6% Air10/24/2024 03 30 00 Mix Design SRM Concrete 40850 4000 psi Concrete for Inlets, Manholes, Headwalls, Thrust Blocks, Collars 3-5" Slump; 3-6% Air9/16/2024 03 30 00 Mix Design SRM Concrete 35050 3500 psi Concrete for Thrust Blocks and Collars 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5320A 3000 psi Concrete Mix for Blocking3-5" Slump; 3-6% Air10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW6025A2 4000 psi Concrete for Manholes3-5" Slump; 3-6% AirClass C (Headwalls, Wingwalls, Culverts, Drilled Shafts)Drilled Shafts9/9/2022 03 30 00 Mix Design Burnco Texas 36U500BG3600 psi Concrete Mix for Lighting and Traffic Signal Foundations (Drilled Shafts)5.5-7.5" Slump; 3-6% Air6/21/2023 03 30 00 Mix Design Cow Town Redi Mix 360-DS3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundation (Drilled Shafts)5.5-7.5" Slump; 3-6% Air10/30/2024 03 30 00 Mix Design Estrada Ready Mix R36575AEWR3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundation (Drilled Shafts)5.5-7.5" Slump; 3-6% Air12/5/2022 03 30 00 Mix Design Holcim - SOR, Inc. 18223600 psi Concrete for (Drilled Shafts)/Lighting and Traffic Signal Foundations5.5-7.5" Slump; 0-3% Air9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 18594000 psi Concrete for (Drilled Shafts)/Lighting and Traffic Signal Foundations5.5-7.5" Slump; 3-6% Air4/7/2023 03 30 00 Mix Design Liquid Stone C361DHR3,600 psi Concrete for (Drilled Shaft)/Lighting and Traffic Signal Foundations5.5-7.5" Slump; 3-6% Air6/27/2023 03 30 00 Mix Design Martin Marietta U2146N416.44sacks / 3,600 psi Concrete for (Drilled Shafts) / Lighting and Traffic Signal Foundations5-7" Slump; 3-6% Air6/27/2023 03 30 00 Mix Design Martin Marietta U2146K456.65 sacks / 3,600 psi Concrete for (Drilled Shafts) / Lighting and Trafic Signal Foundations5-7" Slump; 3-6% Air8/22/2024 03 30 00 Mix Design NBR Ready Mix 135K25243500 psi Concrete for (Drilled Shaft) Lightpole Foundations 5.5" Slump; 3-6% Air8/22/2024 03 30 00 Mix Design NBR Ready Mix 135K05243500 psi Concrete for (Drilled Shaft) Lightpole Foundations 5.5" Slump; 3-6% AirOther Applications 9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602001 4000 psi Concrete for Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design City Concrete Company 40LA2011 4000 psi Concrete Mix for Storm Drain Structures3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-2 3600 psi Concrete Mix for Box Culverts, Headwalls3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-1 3600 psi Concrete Mix for Headwalls3-5" Slump; 3-6% Air1/29/2024 03 30 00 Mix Design Estrada Ready Mix R3655AEWR 5.50 Sacks / 3,600 psi Concrete for Headwalls, Wingwalls, and Culverts 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 1851 4500 psi Concrete for Storm Drain Structures, Hand Placed Paving 3-5" Slump; 3-6% Air4/1/2023 03 30 00 Mix Design Martin Marietta 310LBP 3,600 psi Concrete for Retaining Walls3-5" Slump; 4-7% Air8/30/2023 03 30 00 Mix Design Martin Marietta R2141R30 5.85 SK / 4,000 psi Concrete for Box Culverts & Headwalls3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Martin Marietta R2146035 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads 3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, Retaining Wall, Collars3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design SRM Concrete 35022 3,600 psi Concrete for Junction Box, Retaining Walls3-5" Slump; 3-6% Air4/1/2024 03 30 00 Mix Design SRM Concrete 45050 4500 psi Concrete for Storm Structures3-5" Slump; 3-6% Air9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020A2 4000 psi Concrete Mix for Storm Drain Structures3-5" Slump; 3-6% AirClass P (Machine Placed Paving)6/24/2024 32 13 13 Mix Design Big Town Concrete 360060-1 3600 psi Concrete for Machine Placed Paving1-3" Slump; 3-6% Air6/24/2024 32 13 13 Mix Design Big Town Concrete 362060-1 3600 psi Concrete for Machince Placed Paving 1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Carder Concrete FWCC552091 3600 psi for Machine Placed Paving1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602091 4000 psi for Machine Placed Paving1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design City Concrete Company 36LA2011 3600 psi Concrete Mix for Machine Placed Paving1-3" Slump; 3-6% Air9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi Concrete Mix for Machine Placed Paving1-3" Slump; 3-6% Air11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi Concrete Mix for Machine Placed Paving1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi Concrete Mix for Machine Placed Paving1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi Concrete Mix for Machine Placed Paving1-3" Slump; 3-6% Air2/6/2024 32 13 13 Mix Design Estrada Ready Mix TD3655AEWR 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving1-3" Slump; 3-6% Air8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 5.69 sacks / 4,000 psi Concrete for Machine Placed Paving1-3" Slump; 3-6% Air11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4,000 psi Concrete for Machine Placed Paving1-3" Slump; 3-6% Air10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving1-3" Slump; 3-6% Air10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-NY 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving1-3" Slump; 3-6% Air10/24/2024 32 13 13 Mix Design SRM Concrete 40068 4000 psi Concrete for Machine Placed Paving 1-3" Slump; 3-6% Air10/24/2024 32 13 13 Mix Design SRM Concrete 40825 4000 psi Concrete for Machine Placed Paving 1-3" Slump; 3-6% Air9/16/2024 32 13 13 Mix Design SRM Concrete 40025 4000 psi Concrete for Machine Placed Paving 1-3" Slump; 3-6% Air10/18/2024 32 13 13 Mix Design SRM Concrete 35023 3600 psi Concrete for Machine Placed Paving1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi Concrete for Machine Placed Paving1-3" Slump; 3-6% Air9/9/202232 13 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi Concrete Mix for Machine Placed Paving1-3" Slump; 3.5-6.5% Air9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi Concrete Mix for Machine Placed Paving1-3" Slump; 3.5-6.5% AirClass H (Hand Placed Paving)9/9/2022 32 13 13 Mix Design American Concrete Company 45CAF076 4500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air 5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Big Town Concrete 452065-1 4500 psi hand placed paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Big Town Concrete 450065-1 4500 psi hand placed paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Burnco Texas 45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602021 4500 psi concrete for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design City Concrete Company 45NA20II 4500 psi Concrete Mix for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 265 4500 psi Concrete Mix for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365 4500 psi Concrete Mix for Hand Placed Paving3-5" Slump; 3-6% Air1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/ 6.00 Sacks / 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 4-6% Air9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4500 4500 psi Concrete Hand Placed Paving3-5" Slump; 3-6% Air10/4/2024 32 13 13 Mix Design Holcim - SOR, Inc. 5507 4500 psi Concrete Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 1851 4500 psi Concrete for Storm Drain Structures, Hand Placed Paving 3-5" Slump; 3-6% Air11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 6.11 sacks / 4,500 psi concrete for Hand Place Paving, Inlets, Manholes, Headwalls 3-5" Slump; 3-6% Air Approval Spec No. Classification Manufacturer Mix ID Mix Description Design Rquirements National SpecCITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENTSTANDARD PRODUCTS LIST AS OF 2/4/2025Concrete(Continued)8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 6.17 / 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air11/2/2022 32 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37 6.22 sack / 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving3-5" Slump; 3-6% Air12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving3-5" Slump; 3-6% Air11/15/2022 32 13 13 Mix Design Martin Marietta R2146P36 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air11/15/2022 32 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 4.5-7.5% Air9/9/2022 32 13 13 Mix Design Martin Marietta R2146236 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R2146242 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R2146042 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY 6.50 Sacks / 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY 6.50 Sacks / 4,500 psi Concrte for Hand Placed Paving3-5" Slump; 3-6% Air7/10/2023 32 13 13 Mix Design Osburn 45A60MR 6 SK / 4,500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air1/24/2023 32 13 13 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air1/13/2023 32 13 13 Mix Design SRM Concrete 45023 4500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design SRM Concrete 45000 4500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air10/24/202432 13 13 Mix Design SRM Concrete 45350 4500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air10/24/2024 32 13 13 Mix Design SRM Concrete 45850 4500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air10/18/2024 32 13 13 Mix Design SRM Concrete 45050 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi Concrete Mix for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete FW60AHP 4500 psi Concrete Mix for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi Concrete Mix for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi Concrete Mix for Hand Placed Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0265.2301 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving3-5" Slump; 3.5-6.5% Air9/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.230 5000 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% Air10/9/2024 32 13 13 Mix Design Wildcatter 4520AI 4500 psi Concrete for Hand Placed Paving3-5" Slump; 3-6% AirClass HES (High Early Strength Paving) 9/9/2022 32 13 13 Mix Design Big D Concrete 14500AE 4500 psi Concrete for High Early Strength Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Burnco Texas 55U120AG 4000 psi Concrete Mix for High Early Strength Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-1NC 4500 psi Concrete for HES Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 375-NC 5000 psi Concrete for HES Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi Concrete for HES Paving3-5" Slump; 3-6% Air1/18/2023 32 13 13 Mix Design Cow Town Redi Mix 380-NC 4500 psi Concrete for HES Paving3-5" Slump; 3-6% Air1/29/2024 32 13 13 Mix Design Estrada Ready Mix 4575AESC 7.50 Sacks / 4,500 psi (3,000 psi @ 3-day) Concrete for HES Paving 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 2125 5000 psi Concrete for HES Paving3-5" Slump; 3-6% Air1/24/2023 32 13 13 Mix Design Liquid Stone C451DHR-A 4500psi Concrete for HES Paving3-5" Slump; 3-6% Air4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6,000 psi (3,000 psi @ 24 hrs.) for HES Paving3-5" Slump; 3-6% Air2/10/2023 32 13 13 Mix Design SRM Concrete 50310 5,000 psi Concrete for HES Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design SRM Concrete 40326 4,500 (3,000 @ 3-days) psi Concrete for HES Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 (3000 psi @ 3-days) psi HES Paving3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete FW7520AMR 4500 (3000 psi @ 3-days) psi Concrete HES Paving3-5" Slump; 3-6% AirClass 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 Concrete Mix for Bridge Slabs, Box Culverts, Headwalls 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi Concrete for Bridge slabs, top slabs of direct traffic culverts, approach slabs-TXDOT Class S-No Fly Ash 3-5" Slump; 3-6% Air1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4060AEWR 6.00 Sacks / 4,000 psi Concrete for Bridge Slabs, Top Slabs, and Approach Slabs 4-6" Slump; 3-6% Air5/3/2023 32 13 13 Mix Design Martin Marietta M7842344 4,000 psi Concrete for Bridge Deck3-5" Slump; 4.5-7.5% Air4/1/2023 32 13 13 Mix Design Martin Marietta R2146P33 6.01 sacks / 4,000 psi concrete for Bridge Deck3-5" Slump; 3-6% Air4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-NY 5.50 Sacks / 4000psi Concrete Mix for Class S Slab Paving - No Fly Ash 3-5" Slump; 3-6% Air4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-YY 4.50 Sacks / 4000psi Concrete Mix for Class S Slab Paving3-5" Slump; 3-6% Air5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB 4,000 psi Concrete for Bdridge Approach Slab, Deck Slab3-5" Slump; 3-6% AirConcrete Base Trench Repair4/1/2023 03 34 16 Mix Design Burnco Texas 10YH50BF 1000 psi Concrete Base Material for Trench RepairFlowable; 8.5-11.5% Air9/9/2022 03 34 16 Mix Design Burnco Texas 08Y450BA 800 psi Concrete Mix for Base for Trench Repair5-7" Slump; 3-6% AirControlled Low Strength Material 9/9/2022 03 34 13 Mix Design Burnco Texas 01Y690BF 100 psi Concrete Mix for Flowable FillFlowable; 8.5-11.5% Air9/9/2022 03 34 13 Mix Design Carder Concrete FWCC359101 50-150 psi Flowable Fill - CLSM3-5" Slump; 8-12% Air9/9/2022 03 34 13 Mix Design Carder Concrete FWFF237501 50-150 psi Flowable Fill - CLSMFlowable; 8.5-11.5% Air9/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Concrete for Flowable Fill-CLSMFlowable; 8-12% Air9/9/2022 03 34 13 Mix Design Cow Town Redi Mix Mix# 9 70 psi Flowable Fill - CLSM7-9" Slump; 8-11% Air10/4/2023 03 34 13 Mix Design NBR Ready Mix FTW FLOW FILL 150 psi concrete for Flowable 7-10" Slump; 8-12% Air9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable Fill - CLSMFlowable; 8-12% AirConcrete Rip Rap4/1/2023 31 37 00 Mix Design Martin Marietta R2141030 4,000 psi Concrete for Riprap3-5" Slump; 3-6% Air4/1/2023 31 37 00 Mix Design Martin Marietta R2146033 4,000 psi Concrete for Riprap3-5" Slump; 3-6% AirAsphalt Paving9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 FT5B117965 PG64-22 Type B Fine Base9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 FT1B139965 PG64-22 Type B Fine Base9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 FT1B117.2 PG64-22 Type B Fine Base5/1/2024 32 12 16 Mix Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base12/5/2022 33 12 16 Mix Design Sunmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base9/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fine Base Approval Spec No. Classification Manufacturer Mix ID Mix Description Design Rquirements National SpecCITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENTSTANDARD PRODUCTS LIST AS OF 2/4/2025Asphalt(Continued)9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface4/1/2024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine SurfaceDetectable Warning Surface9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC)Tactile Pavers9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX) Detectable Warning Pavers9/9/2022 32 13 20 DWS - CompositeArmor Tile9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA)Detectable Warning PaversSilicone Joint Sealant9/9/2022 32 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Single Component, Silicone Joint SealantASTM D58939/9/2022 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Single Component, Silicone Joint SealantASTM D58939/9/2022 32 13 73 Joint Sealant Pecora 300SL 300SL - Cold Applied, Single Component, Silicone Joint SealantASTM D58939/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint SealantASTM D5893Utility Trench Embedment Sand9/9/2022 33 05 10 Embedment Sand Silver Creek Materials Utility Embedment SandASTM C339/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment SandASTM C339/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment SandASTM C339/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment SandASTM C339/9/2022 33 05 10 Embedment Sand Tin Top Martin Marietta Utility Embedment SandASTM C33Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 9/28/2018 33 05 13Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605MHRC #220605 (Size - **24" Dia.)ASTM A48 AASHTO M3069/28/2018 33 05 13 Manhole Cover Neenah FoundryNF-1274-T91NF-1274-T91 (Size - 32" Dia.)ASTM A48 AASHTO M3069/28/2018 33 05 13 Manhole Frames and Covers Neenah FoundryNF-1743-LM (Hinged)NF-1743-LM (Hinged) (Size - 32" Dia.)ASTM A48 AASHTO M3069/28/2018 33 05 13 Manhole Frame Neenah FoundryNF-1930-30NF-1930-30 (Size - 32.25" Dia.)ASTM A48 AASHTO M3069/28/2018 33 05 13 Manhole Frames and Covers Neenah FoundryR-1743-HVR-1743-HV (Size - 32" Dia.)ASTM A48 AASHTO M3064/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2279ST2279ST (Size - 24" Dia.)ASTM A48 AASHTO M3064/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2280ST2280ST (Size - 32" Dia.)ASTM A48 AASHTO M30610/8/2020 33 05 13 Manhole Frames and Covers EJ ( Formally East Jordan Iron Works)EJ1033 Z2/AEJ1033 Z2/A (Size - 32.25" Dia.)ASTM A536 AASHTO M3063/8/2024 33 05 13 Curb Inlet Covers SIP Industries ++2296T2296T (Size - ***24" Dia.)ASTM A48 AASHTO M3066/18/2024 33 05 13 Curb Inlet Covers SIP Industries ++2279STN2279STN (Size - 24" Dia.)ASTM A48 AASHTO M306Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20Curb Inlets ForterrraFRT-10x3-405-PRECAST** (Size - 10' X 3')ASTM C91310/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x3-406-PRECAST** (Size - 10' X 3')ASTM C91310/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x4.5-407-PRECAST** (Size - 10' X 4.5')ASTM C91310/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x4.5-420-PRECAST** (Size - 10' X 4.5')ASTM C91310/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')ASTM C91310/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')ASTM C91310/8/2020 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-TOP (Size - 5' X 5')ASTM C91310/8/2020 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5')ASTM C91310/8/2020 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-TOP (Size - 6' X 6')ASTM C91310/8/2020 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')ASTM C9133/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET** (Size - 10' X 3')ASTM 6153/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3')ASTM 6153/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X 7')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 6')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - 7' X 7')ASTM 6153/19/2021 33 39 20Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - 7' X 7')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - 7' X 7')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 8')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')ASTM 6153/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET (Size - 4' X 4')ASTM 6153/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5')ASTM 6153/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6')ASTM 6158/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4')ASTM C4788/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8')ASTM C4788/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4')ASTM C4788/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5')ASTM C4788/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6')ASTM C4788/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8')ASTM C4788/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8')ASTM C4788/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4')ASTM C4338/28/2023 33 39 20 Curb Inlet 10 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-168/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-168/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-161/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4')ASTM C9131/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (5' X 5')ASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction BoxASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &ProductsPrecast 5'x5' Storm Junction BoxASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Tansition MH (4' MH on the top of 5' JB)ASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction BoxASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Tansition MH (4' MH on the top of 6' JB)ASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction BoxASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Tansition MH (4' MH on the top of 8' JB)ASTM C9131/19/2024 33 49 20Manhole AmeriTex Pipe &ProductsType C Storm Drain Manhole on Box (4' MH on the top of RCB)ASTM C9137/16/2024 33 49 20Curb Inlets AmeriTex Pipe &Products10x3 Precast** (Size 10' x 3')ASTM C9137/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products15x3 Precast** (Size 15' x 3')ASTM C913**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.**Note: Pre-cast inlets are appoved 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. Approval Spec No. Classification Manufacturer Mix ID Mix Description Design Rquirements National SpecCITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENTSTANDARD PRODUCTS LIST AS OF 2/4/2025Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 33 41 13Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS)ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60")ASTM F2881 & AASHTO M3308/28/2023 33 41 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)ASTM C76, C6558/28/2023 33 41 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various)ASTM C789, C85010/12/2023 33 41 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C50610/12/2023 34 41 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various))ASTM C1433,C157710/18/2023 35 41 10 Storm Drain Pipes The Turner Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C50610/18/2023 33 41 10Culvert BoxThe Turner Co. Reinforced Concrete Box Culvert (size - Various)ASTM C1433,C15774/12/2024 33 41 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C5066/25/2024 33 41 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C15776/25/2024 33 41 10Storm Drain Pipes OldcastleReinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506Revision: Removed Argos, Ingram, Redi-Mix, Charley's DW (1-29-2025) &,7<2))257:257+ :$7(5'(3$570(17 67$1'$5'352'8&7/,67 8SGDWHG2FWREHUNovember 6, 2024 7KH)RUW:RUWK:DWHU'HSDUWPHQW¶V6WDQGDUG3URGXFWV/LVWKDVEHHQGHYHORSHGWR PLQLPL]HWKHVXEPLWWDOUHYLHZRISURGXFWVZKLFKPHHWWKH)RUW:RUWK:DWHU 'HSDUWPHQW¶V6WDQGDUG6SHFLILFDWLRQVGXULQJXWLOLW\FRQVWUXFWLRQSURMHFWV:KHQ 7HFKQLFDO6SHFLILFDWLRQVIRUVSHFLILFSURGXFWVDUHLQFOXGHGDVSDUWRIWKH &RQVWUXFWLRQ&RQWUDFW'RFXPHQWVWKHUHTXLUHPHQWVRIWKH7HFKQLFDO6SHFLILFDWLRQ ZLOORYHUULGHWKH)RUW:RUWK:DWHU'HSDUWPHQW¶V6WDQGDUG6SHFLILFDWLRQVDQGWKH )RUW:RUWK:DWHU'HSDUWPHQW¶V6WDQGDUG3URGXFWV/LVWDQGDSSURYDORIWKH VSHFLILFSURGXFWVZLOOEHEDVHGRQWKHUHTXLUHPHQWVRIWKH7HFKQLFDO6SHFLILFDWLRQ ZKHWKHURUQRWWKHVSHFLILFSURGXFWPHHWVWKH)RUW:RUWK:DWHU'HSDUWPHQW¶V 6WDQGDUG6SHFLILFDWLRQVRULVRQWKH)RUW:RUWK:DWHU'HSDUWPHQW¶V6WDQGDUG 3URGXFWV/LVW Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing 30" Dia. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Manhole, 32" Opening and Flat top, (No Transition Cones)ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-478; ASTM C-923; ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) For use when Std. MH cannot be installed due to depth Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 * From Original Standard Products List 1 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer Applications Only)8" - 12" (Sewer Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non-Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM D3262, ASTM D3517, ASTM 3754, AWWA C950 * From Original Standard Products List 2 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) * High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High-density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" *33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"- 36" * From Original Standard Products List 3 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B 1"-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4"-28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA C111 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA C111 16"-24" * From Original Standard Products List 5 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652)AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54" 09/03/24 33 12 21 Rubber Seated Butterfly Valve American AVK Company AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48" Water - Polyethylene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 12 50 Water Sampling Station Mueller Water Products, Inc.Model BSS01-36-MUDG2-CSD-NL, Freeze Proof, Hasp for Locking Access Hatch This product removed Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller Hydroguard HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) Yellow Highlight indicates recent changes The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water * From Original Standard Products List 6