Loading...
HomeMy WebLinkAbout064175-PM1 - Construction-Related - Contract - D.R. Horton, Inc. and Belt Construction of Texas LLCPROJECT MANUAL FOR THE CONSTRUCTION OF WATER & SEWER IMPROVEMENTS TO SERVE NANCE RANCH OFFSITE IPRC Record No. IPRC24-0074 City Project No. 105523 FID No. 30114-0200431-105523-E07685 X File No. X-28157 Mattie Parker Jesus “Jay” Chapa Mayor City Manager Christopher P. Harder, P.E. Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth July 2025 TEXAS REGISTRATION F-1386 3017 West 7th Street, Suite 300 Fort Worth, Texas 76107 10/01/2025 October 2025 CSC No. 64175-PM1 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105523 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 35 13 Conflict of Interest Affidavit 08/21/2018 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 58 13 Temporary Project Signage 04/07/2014 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 02/14/2018 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105523 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 NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://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 01/24/2025 03 34 13 Controlled Low Strength Material (CLSM) 01/24/2025 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 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105523 Revised March 20, 2020 32 13 13 Concrete Paving 01/24/2025 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 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 01/24/2025 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 11 15 Pre Stressed Concrete Cylinder Pipe 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105523 Revised March 20, 2020 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105523 Revised March 20, 2020 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105523 Revised 2/08/24 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of CPN 105523: Nance Ranch Offsite, FID No. 30114- 0200431-105523-E07685 (“Project”) will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, May 15, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the Fort Worth City Hall, 100 Fort Worth Trail, Fort Worth, Texas, Floor Mezzanine (CH_MZ10_12). Your submissions must be uploaded, finalized and submitted prior to the Project’s posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105523 Revised 2/08/24 SUPPORT For technical questions, visit Bonfire’s help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] – Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of approximately 2,300 linear feet of 36-inch water line and 3,800 linear feet of variable diameter sanitary sewer main installed using the open cut method. Water structures include gate valves, butterfly valves, a combination air valve, and a blow off valve. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 – INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes” under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. MANDATORY PREBID CONFERENCE – In-person and Web Conference A mandatory prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time, as well as simultaneously via a web conferencing application: DATE: 5/2/2025 TIME: 10:00 a.m. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105523 Revised 2/08/24 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES 1. 4/23/2025 2. 4/30/2025 3. 5/7/2025 END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105523 Revised/Updated 1/17/24 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105523 Revised/Updated 1/17/24 3.1.1. Paving – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City’s assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105523 Revised/Updated 1/17/24 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105523 Revised/Updated 1/17/24 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.9. Indicate their intent to bid by selecting “yes” in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105523 Revised/Updated 1/17/24 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105523 Revised/Updated 1/17/24 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City’s Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105523 Revised/Updated 1/17/24 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105523 Revised/Updated 1/17/24 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder’s relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 105523 Revised/Updated 1/17/24 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Bid number: _____________ Business Equity Goal: __________% It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal is established for a bid, it means that the City of Fort Worth believes that there are Business Equity Firms available that can provide goods or services requested by the bid. The Business Equity Goal for Bid number _________ is ______%. This means that the City believes that there are available Business Equity Firms that can provide goods or services required by this bid and therefore, ______% of the Bidder’s awarded amount must be spent with a Business Equity Firm. All requirements and regulations stated in the City’s current Business Equity Ordinance #25165-10-2021 apply to this bid. Definitions are at the end of this document. Because a Business Equity Goal has been established for this bid, in order for your bid to be considered, a Bidder must satisfy one (1) of the conditions below. A.Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of Certified Firms Form” located at the City of Fort Worth’s Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following two (2) forms: a.Utilization Plan b.Letter(s) of Intent B.Prove a Good Faith Effort Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful. This can occur in two (2) ways: 1)Bidder proposes a smaller Goal Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of Certified Firms Form” located at the City of Fort Worth’s Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following three (3) forms: a.Utilization Plan b.Letter(s) of Intent c.Good Faith Effort 2)Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of Certified Firms Form” located at the City of Fort Worth’s Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance §20-370 (g) page for requirements of an acceptable Good Faith Effort. C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project as the Prime Contractor Bidder must show that the Bidder is providing all of the goods and services through their own company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase any supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form D. Create a Joint Venture with a Business Equity Firm At least one or both of the firms must be a Business Equity Firm Step 1: Must submit Joint Venture Form DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for the public opening of bids. Faxed copies will not be accepted. FREQUENTLY ASKED QUESTIONS 1. If I am Business Equity Firm, can I count my performance of the bid? Answer: A Business Equity Prime Contractor can count its self-performance towards meeting the Business Equity Goal for the assigned North American Industry Classification System (NAICS) commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE) certification. 2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the goods under the bid, can I count my performance under the Bid? Answer: If the Business Equity Prime cannot self-perform all of the work, it will be accountable for subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under the “Significant Business Presence” definition may count in the Program upon approval of DVIN-BE. 3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I complete the form? Answers: a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM on the third business day after bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self-performed services towards meeting a Business Equity Goal. b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self-performed services towards meeting a Business Equity Goal. c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value procurement does not timely submit its Utilization Plan with the required documents, that bidder will be deemed Non-Responsive. For a low bid procurement, the City will notify the next lowest bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on the third business day after the bidder receives notification. This process will be followed until a bidder submitting the required documents is selected. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women-owned business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace. Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county Marketplace; the availability of Business Equity Firms and non-Business Equity Firms in the Marketplace determined on a Contract-by-Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council-SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion – Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described in the Business Equity Ordinance §20-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. VIOLATIONS AND SANCTIONS 1. Failure to comply with the City’s Business Equity Ordinance will result in the bid being considered “Non-Responsive.” 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non-responsive and a “written warning” letter that may impact the Offeror’s evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance §20-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division Email: DVIN_BE@fortworthtexas.gov | Phone: 817-392-2674 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page l of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. http: //www. ethics.state.tx. us/farms/CIO. adf http://www.ethics.state.tY.us/forms/CIS.pdf � 0 0 0 � 0 CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIQ Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Belt Construction of Texas, LLC Company PO Box 867 Address Texarkana, TX 75504 City/State/Zip By: David Latham (Please Print) �e Signature: � c��.�.._`� � p � � Title: Estimator/Project Coordinator (Please Print) END OF SECTION CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10�523 Revised August 21, 2018 00 �z �3 DAP - BID PROPOSi\L Pagc l of 3 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Nance Ranch Offsite-CoFW Participation UNIT PRICE BID Project Item Information Bidder's Application Bidder's Proposal Bidlist Description Specification Unit of gid Quantity Unit Price Bid Value Item No. Section No. Measure UNIT I: ATER IMPROVEMENTS � �q 3311.0851 36" DIP Water 33 11 10 LF 2297� � 1 B 3311.0861 36" Steel AWWA C200 Water Pipe 33 11 14 LF 2297� 1C 3311.0871 36" Concrete AWWA C303 Water Pipe 33 11 13 LF 2297� $610.00 $1,401,170.00I 2A 3311.0852 36" DIP Water, CSS Backfill 33 11 10 LF 190� � 28 3311.0862 36" Steel AWWA C200, CSS Backfill 33 11 14 LF 190� � 2C 3311.0872 36" Concrete AWWA C303 Water Pipe, 33 11 13 LF 190� $690.00 $131,100.00� 3A 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 7.7� � 3g 3311.0011 Steel Fittings 33 11 14 TON 7.7� � 3C 3311.0021 C303 Fittings 33 11 13 TON 7.7� $1.00 $7.70� *Contractor To provide Unit PricelBid Values for only one of the pipe material alternativies for items 1, 2..ND 3 I DO NOT PROVIDE UNIT PR CE/BID VALUE FOR EACH ALTERNATIVE 4 3312.1005 6" Combination Air Valve Assembly for 33 12 30 EA 1 $53,000.00 $53,000.00 5 3312.6003 8" Blow Off Valve 33 12 60 EA 1 $34,000.00 $34,000.00 6 3312.3003 8" Gate Vaive 33 12 20 EA 3� $6,000.00 $18.000.00� 7 3311.0241 8" PVC Water Pipe 33 11 10, 33 11 LF 156� $350.00 $54,600.00� g 3312.3005 12" Gate Valve 33 12 20 EA 1 � $8,000.00 $8,00O.00I g 3311.0441 12" PVC Water Pipe 33 11 10, 33 11 LF 84 $280.00 $23,520.00� 10 3312.5000 36" AWWA Butterfly Valve, w/ Vault 33 12 21 EA 3I $235,000.00 $705,000.00� 11 3312.0110 Connection to Existing 36" Water Main 33 12 25 EA 1 $20,000.00 $20,000.00� 12 3305.0109 Trench Safety 33 05 10 LF 2727 $10.00 $27,270.00� 13 3305.0110 Utility Markers 33 05 26 EA 1 $50.00 $50.00� 14 9999.0001 Silt Fence, Complete in Place 00 00 00 LF 2490� $3.00 $7,470.00� 15 3304.0002 Cathodic Protection 33 04 12 LS 1 � $60,OGG.00 $60,000.00 16 3301.0002 Post-CCN Inspection 33 01 31 LF 2727� $3.00 $8,181.00 TOTAL UNIT I: WATER IMPROVEMENTS - ALTERNATE A TOTAL UNIT I: WATER IMPf�OVEA2ENTS - ALTERNATE B TOTAL UNIT i: WATER IMPROVEnIjENTS - ALTERNATE C $2,551,368.70 CI"IY O� FOFLT NORTH NoNibound Brcwcr Bh�d STANDARD CONSTRUCTION SPECIFICATION DOCUb1ENTS - DEVELOPER ANARDHD PROJECTS Cip� Projce[ No. 103d3i Fomi Vcrsion btac 22, 2019 I-3-00 dl 00 00 d2 43 00 di 12 Bid Proposal (3) 10/01/2025 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM – DEVELOPER AWARDED PROJECTS 00 41 00 Bid Form – DAP.docx Form Revised April 2, 2014 NANCE RANCH OFFSITE CPN 105523 SECTION 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY TO: D.R. Horton, Inc. 6751 North Freeway Fort Worth, Texas 76131 FOR: Nance Ranch Offsite City Project No.: 105523 Units/Sections: Unit 1: Water Improvements Unit 2: Sewer Improvements 1.Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2.BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements in the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a."corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. b."fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Developer (b) to establish Bid prices at 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM – DEVELOPER AWARDED PROJECTS 00 41 00 Bid Form – DAP.docx Form Revised April 2, 2014 NANCE RANCH OFFSITE CPN 105523 artificial non-competitive levels, or (c) to deprive Developer of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d."coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3.Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a.Water Distribution System – New Construction, All Sizes b.Sewer Collection System – New Construction, All Sizes 4.Time of Completion 4.1. The Work will be complete for Final Acceptance within _____ working days after the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5.Attached to this Bid The following documents are attached to and made a part of this Bid: a.This Bid Form, Section 00 41 00 b.Bid Bond (if required), Section 00 43 13 issued by a surety meeting the requirements of the General Conditions. c.Proposal Form, Section 00 42 43 d.MBE Forms (if required) e.Prequalification Statement, Section 00 45 12 f.Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder pre-qualification application (optional) 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 300 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page J ofJ 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> Total Base Bid <use this if applicabl e, otherwise delete> Alternate Bid <use this if applicable, otherwise delete> Deductive Alternate <use this if applicable, otherwise delete> Additive Alternate <use this if applicable, otherwise delete> TOTAL BID 7.Bid Submittal This Bid is submitted on May 15, 2025 by the entity named below Respectfully submitted, By:_�=--�-�-�---"------=--+'=�­'C.. (Signature) David Latham (Printed Name) Title: Estimator/Project Coordinator Company: Belt Construction of Texas, LLC Address: PO Box 867 Tex arkana, TX 75504 State of Incorporation: Texas Email: david@beltinc.com Phone: 870-772-7216 Receipt is acknowledged of the following Addenda: Initial Addendum No. l 4/23/2025 � Addendum No. 2 5/12/2025 ,;J1._Addendum No. 3 5/12/2025 ). 9-?Addendum No. 4 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM -DEVELOPER AWARDED PROJECTS Form Revised April 2, 2014 00 41 00 Bid Form-DAP.docx NANCE RANCH OFFSITE CPN 105523 $4,567,337.70 $4,567,337.70 PAGE 1 ADDENDUM NO.1 To the Plans, Specifications & General Contract Documents WATER & SEWER IMPROVEMENTS To Serve NANCE RANCH OFFSITE CITY PROJECT NO.:105523 Bid Date:05/15/2025 at 2:00 PM Addendum No.1: Issued 04/23/2025 The Contract Documents, Specifications, and Plans for the subject project are hereby amended as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1.Document Modified: 00 42 43_Alternate Bid Proposal Workbook. Description of Change: A separate Bid Proposal Workbook “00 42 43_Alternate Bid Proposal” has been uploaded to Bonfire. All bidders must complete both bid proposal forms separately and submit as part of their bid package. Note: Do not include the sum from the alternate bid proposal in the project's total amount, as it is solely for determining city and developer cost contributions.. This Addendum, forms part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space provided below, on the last page of the Bid Form and acknowledge receipt on the outer envelope of your bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECIEPT ACKNOWLEDGEMENT: By: David Latham CompanyBelt Construction of Texas. LLC Address: PO Box 867 City: Texarkana State: TX 75504 ISSUED BY: LJA Engineering By� Brightonu,P.E. Project Manager ACCEPTED BY CITY: APPROVED By Mosadag• ltfoh•mmdHn •t 1:20 •m, Apr 24, 2025 Mosadage Mohammdeen, P.E., PMP Project Manager PAGE 2 PAGE 1 ADDENDUM NO. 2 To the Plans, Specifications & General Contract Documents Water and Sewer Improvements To Serve Nance Ranch Offsite CITY PROJECT NO.: 105523 Bid Date: May 15, 2025 at 2:00 PM Addendum No. 1: Issued April 23, 2025 Addendum No. 2: Issued May 12, 2025 The Contract Documents, Specifications, and Plans for the subject project are hereby amended as follows: BIDDER QUESTIONS AND ANSWERS: Question 1: 33 11 14/ 2.2.C.4.a – request that minimum pipe wall steel thickness shall be greater of 0.1875”, or D/240. Current 0.25" wall is completely arbitrary Answer: This wall thickness is not approved at this time. Question 2: 33 11 14/ 2.2.C.4.d – request that minimum pipe wall steel thickness shall be greater of 0.250”, or D/144 Answer: This wall thickness is not approved at this time. Question 3: 33 11 14/ 2.2.B11 - request ASTM C595 Type IL cement allowed in lieu of ASTM C150 II, in accordance with the latest addendum to AWWA C205. Answer: This alternate is not approved at this time. Question 4: Reference specification 33 11 14, Part 2.2.B.2.a.1.k.2: Please allow Durashield 110 as a substitute for Durashield 210 as manufactured by Lifelast, Inc. Answer:. This alternate is not approved at this time. Question 5: On previous experience, connecting Steel with PCCP with the proposed solution makes the Carnegie joints to sag with a result to weld up the joints. Can we propose a Built Up connection instead of the Carnegie joints? Answer: The connection shall be installed in accordance with City of Fort Worth specifications. Question 6: Please provide Time of completion. Information is missing on the specifications package Answer: This project is tied to construction of a city CIP project, which is a few weeks behind this project. Assuming that project has a pre-con in mid-June, we would be a few weeks behind. Construction is estimated to begin mid-July. Contractor shall provide total working days. Question 7: Reference Drawing Sheet 10: The drawing doesn’t reference the connection type on the 36” pipe at Station 1+00. What type of connection are we providing at this location? Answer: This line has yet to be constructed, and multiple materials are included in the construction plans. The selected material will be known prior to construction. PAGE 2 Question 8: Reference detail D123 on sheet 22: The plan/profile drawings reference detail D123 on sheet 22 for pipe sizes 36” and 8”, but there is no mention to what plug type is preferred. Are we including blind flanged end or a flanged dish head end Answer: Any pressure plug which is appropriate for the selected material is acceptable. Question 9: Request to approve Denso - Protal 7125 to make Steel Pipe coating repairs Answer: This product is not approved at this time. Question 10: Reference specification 33 11 14, Part 2.4.D.2.e.- Per AWWA C200, air test should be 40 psi and not 10 psi as stated. Please update that section to allow 40 psi instead Answer: This section will not be revised at this time. Question 11: The material we are to connect to isn’t listed on the plans (sheet 10). Which connection detail should we use (sheet 22)? Answer: This line has yet to be constructed, and multiple materials are included in the construction plans. The selected material will be known prior to construction. Question 12: There appears to be a detail referenced on sheet 23 for the water transmission gate valve and vault (D127) but I couldn’t find this detail anywhere in the plans. Can we get this detail? Answer: Detail D127 will be added to Sheet 23 and a revised set will be uploaded. Question 13: Will Fiberglass Reinforced Polymer (FRP) pipe as an approved alternative to the specified DIP, Steel and Concrete pressure pipes for this project? . Answer: FRP will not be considered as an alternate pipe material for the waterline construction at this time. Question 14: Is polymer concrete accepted as an alternate? Answer: Polymer Concrete will not be accepted as an alternate at this time . QUESTIONS FROM THE PRE-BID MEETING: Question 1: What is the anticipated start date for utilities? Answer: This project is tied to construction of a city CIP project, which is a few weeks behind this project. Assuming that project has a pre-con in mid-June, we would be a few weeks behind. Construction is estimated to begin mid-July. Question 2: Can spoils stay on the development site? Answer: Yes, spoils can stay onsite. This Addendum, forms part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space provided below, on the last page of the Bid Form and acknowledge receipt on the outer envelope of your bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: By:_�_· �-.a....,___;;;_�____,._,.,_ David Latham '-- Company: Belt Construction of Texas, LLC Address: PO Box 867 City: Texarkana State: TX 75504 ISSUED BY: LJA Engineering, Inc. By:�Brighton Yau, P.E. Project Manager Andrew Goodman, P.E., Engineering Manager PAGE 3 PAGE 1 ADDENDUM NO. 3 To the Plans, Specifications & General Contract Documents Water and Sewer Improvements To Serve Nance Ranch Offsite CITY PROJECT NO.: 105523 Bid Date: May 15, 2025 at 2:00 PM Addendum No. 1: Issued April 23, 2025 Addendum No. 2: Issued May 12, 2025 Addendum No. 3: Issued May 12, 2025 The Contract Documents, Specifications, and Plans for the subject project are hereby amended as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1.Document Modified: Bid Set Plans Description of Change: Sheet 23 was revised to include detail D127. This Addendum, forms part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space provided below, on the last page of the Bid Form and acknowledge receipt on the outer envelope of your bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: By: <:o-�,J David Latham Company: Belt Construction of Texas, LLC Address: PO Box 867 City: Texarkana State: TX 75504 ISSUED BY: LJA Engineering, Inc. By� BrightonY,P.E. Project Manager REVIEWED By Mosadage Mohammdeen at 9:04 am, May 14, 2025 Mosadage(Mo) Mohammdeen, P.E., PMP Senior Professional Engineer PAGE2 no a� i s DAI' f31D E30ND FOR�I POK PUBLICLY 61D PR0J6CTS ONLY �,�� i �r � SECTION 00 43 13 DAP - BID BOND BY THESE PRESENTS: That we, [3elt Consiruction of Te�:as, LLC called the Principal, and Tr2�•clers Casualry and Surety Companti of America a corporation or f rm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City of Fort Worth and D.R. I Iorton, Inc. . hereinafter called the Obligee, in the sum of Five Percent of ,lmount Bid and No/l00 Dollars said Principal and the said Surety, Uind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS the Principal has submitted a proposal to perform work for the following project of the Obligee identifed as: Nanc;c Ranch O�tsitc NOW, TI I�R�PORE, if tl�e OUligee sliall a�vard the Contract for the foregoing project to the Principal, and the Principal shall satisfy alJ requirements and conditions required for the execution of the Contract and sh111 enter into the Contract in writin� with the Obli�ee in accordance with the terms of such proposal, then this bond shall be null and void. Ifthe Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal 1nd/or Surety_ not to exceed the penalty hereof, and shall be used to compensate OUIiQee for tiie difference Uet�veen Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 15th day of May ,?0?42025. ,�iioiii�i �� � �-- {� U C TI r- � ��i By: Belt Construction oTTe�as, LLC ����5� • � • • :��i� ; \ o , ' �o �poR9T r', ; !'�� ��,.,_ c�( _ ti . �` �� _a _ _+?�{.�/iCR ���'�_F�1 (Signature and Title of Principal)'�,-j�ty�{�z�� j �t� ; ��wt�,�" � : X - =c�• �� .y_ 2°20 •.� ; By: Tr�velers Casualty and Suret�� Company of 1\merica :�-�•, ,•;� � . % T •.,. ,,•�'�\� , � i� /����X'�ti if�T���\\\ Kim er�y N. w�son- i�fpf�y (Signature of Att rney-of F ) � *Attach Po�ver of Attorney (Surety) for Attorney-in-Fact END OF SECTION CITY Of FORT WORTN STAN�ARD CONSTRUCTION BID 00ND FORM —DEVELOPER AWARDEO PROJERS Form Version April 2, 2014 Impressed Surety Seal Onlv :H7 43 13 Bid Bond DAP Nance Ranch Offsite Ci[y Project No. 105523 TRAVELERS� Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively calied the "Companies"), and that the Companies do hereby make, constitute and appoint Kimberly N Wilson-Murphy of TEXARKANA , Texas , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January, 2019. �y_ Nu,+���� ���Tv ana ��*. � � �g � PG4 � �,.„ A ? H.aRiWRD n � [+]�7�"f'� ..�� �� t� �1 � y.�P 6��. n��s �� * State of Connecticut City of Hartford ss. t By: , Robert L. Rane , enior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2021 �'�i;P � N�`5��.,�t �j 1lOiAAY •' ���/��� V /���i✓�,�'o'ci * "�'� �` j ir�/Ji r"� �� Anna P. Nowik, Notary Public e { ��MYFC � This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power giver� him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and if is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seai shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 15th day of May , 2025 ���r 9,p�(YANQ� �� �`f ��� ` ' � '"� t ru� 1� " wtarwao. : �' C�PCps•'l `� � 1 y COHN. r �, � � \ `�.Y- �. ^ ,1 �N,a f� * W' C . Kevin E. Hughes, Ass�cretary To verify the authenticity of this Power ofAtto�ney, p/ease ca// us at 1-800-421-3880, P/ease refer ta fhe above-named Attorney-in-Fact and the detai/s of the bond to which this Pvwer ofAtto�ney is attached. IMPORTANT NOTiCE To obtain information or make a compiaint: You may ca{f Traveiers Casuafty and Surety Company of America and its affiliates' toil- free te{ephone number for informat+on or to make a complaint at: 1-500-328-2189 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 757149104 Fax: (512) 475-1771 Web:. hftp://www.tdi.state,tx.us E-mail: ConsumerProtectian(c�idi.state.tx.us PREMIUM OR CLAIM DiSPUTES: Shoufd you have a dispute concerning your premium or abouf a cfaim .you should. contact your Agent or Travefers first. {f the dispute is �ot resolveti, you may contact the Texas Department of lnsurance. ATTACH THIS.NOTICE TO YOU.R BOND: This notice is for information only and does not become a part or condition: of the attached document and is given to comply with Texas legai and regulatory requirements. (PN-042-8) Ed.40.18.07 ,i ; ; .l CONSTRUCTION OF TEXAS, LLC RESOLUTION PO Box 867 Texarkana, TX 75504 Office: 870-772-7216 Fax: 870-772-7233 I hereby resolve that it was RESOLVED by a quorum of the members of BELT CONSTRUCTION OF TEXAS, LLC, meeting on the 4t�' day of January 2023, that KYLE BASS, CEO and/or PATE EASTERLING, VICE PRESIDENT and/or DAVID LATHAM, ESTIMATOR/PROJECT COORDINATOR, be, and hereby is/are, authorized to execute all documents necessary to the transaction of business in the State of Texas on behalf of the said BELT CONSTRUCTION OF TEXAS, LLC; and That the above resolution was unanimously ratified by the Shareholders at said meeting and that the resolution has not been rescinded or amended and is now in full force and effect; and In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the LLC this 15th day of May 2025. \�,�o���,,,� \\����UCTI�N�i��/ � ��,��''�R„� �` 5 .. • .. O � � , • Gp R P O,q�T ,;. � - ; o.' F'• m; Amy Norv� od, Secretary � - �- ; ��i � • X = P.O. Box 867 :D- � u'• 20 ,�.�; Texarkana, TX 75504 '�' 2p °�� State of Organization: TEXAS , /��� TFXas a� ?�\ Certificate File #: 803614895 ����III11��� MECHA AL AND UTILITY CONSTRUCTION Corporations Section P.O.Bo� 13697 Austin, Te�as 78711-3697 ;� � ,. o,`Ci ...� w � '��� x� �' iy v � jG, . ;' � � \_� Office of the Secretary of State CERTIFICATE OF FILING OF Belt Construction of Texas LLC File Number: 803614895 Ruth R. Hughs Secretary of State The undersigned, as Secretary of State of Texas, hereby certifies that a Certificate of Formation for the above named Domestic Limited Liability Company (LLC) has been received in this office and has been found to conform to the applicable provisions of law. ACCORDINGLY, the undersigned, as Secretary of State, and by virtue of the autharity vested in the secretary by law, hereby issues this certificate evidencing filing effective on the date shown below. The issuance of this certificate does not authorize the use of a name in this state in violation of the rights of another under the federal Trademark Act of 1946, the Texas trademark law, the Assumed Business or Professional Name Act, or the common law. Dated: OS/10/2020 Effective: OS/10/2020 ► � ;�i �� �p A�_K+i �� . V ��� �` � 3 ��r � \ �41i, �a� �� �� � `.�n_ h�,-t .�-�/� Ruth R. Hughs Secretary of State Come i�rsit us o�a the i��ternet at l�ttps:!/tivtivi�v.sos. texns.gov/ Phone: (�12) �463-»» Fax: (�12) =�63-�709 Dial: 7-1-1 for Relay Services Prepared by: Carol Covey TID: 10306 Document: 969326� 10002 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105523 Revised April 2, 2014 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm’s e-mail address and fax number. (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105523 Revised April 2, 2014 good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor’s prequalification. 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105523 Revised April 2, 2014 b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION oo�s iz- � DAP PREQUALIPICATION STATEMENT Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 SECTION 00 45 12 DAP - PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/ar subcontractors wl�om they intend to utilize for the major work type(s) listed. In the "Maior Work Tvpe" box orovide the complete maior work tvpe and actual descriation as orovided bv the Water Department for water and sewer and TPW for avin . Major Work Type Water Distribution System — New Construction, All Sizes Setiver Collection System — New Construction, All Sizes Contractor/Subcontractor Company Name Belt Construction of Texas, LLC Belt Construction of Texas, LLC Prequalification Expiration Date 4/30/2026 4/30/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Belt Construction of Texas, LLC Company PO Box 867 Address Texarkana. TX 75504 City/State/Zip By: David Latham (Please Print) Signature: (" � c'�..-. `� ����` Title: Estimator/Project Coordinator (Please Print) Date: May 15, 2025 END OF SECTION CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105523 Revised September 30, 2021 004526-1 CONTRACTOR COIvtPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of l 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105523. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Belt Construction of Texas, LLC Company PO Box 867 Address Texarkana, TX 75504 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT � � By: David Latham (Please Print) Signature: ft /l ���� �--�� Title: Estimator/Project Coordinator (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared David Latham , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to rne that he/she executed the same as the act and deed of Belt Construction of Texas, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN LINDER MY HAND AND SEAL OF OFFICE this 15th day of May , 20 25 r �� � ^ / ' i� ���iYY Notary Public in and for the State of Texas � ���"�"� KIMBERLY ANN RUSS 39 END OF SECTION � ��`�'PYPUe��i _z:� �; Notary Public, State of Texas z'v�,�,:r� Comrn. Expires 10-25-2026 �o�'�oF�� Notary ID 131772526 � 40 ��mn�. CITY OF ['ORT WORTH Nance Runch Offsite S'CANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS C�ly Project No. lO.i.S?3 Revised April 2, 2014 00 45 40 - 1 Business Equity Goal Page 1 of 2 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105523 Revised June 7, 2024 SECTION 00 45 40 1 Business Equity Goal 2 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-12 2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to 13 this bid. 14 15 BUSINESS EQUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 4.9% of the total bid value of the contract (Base bid 17 applies to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation, or 6. Prime 26 contractor Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 Applicable documents (listed below) must be submitted electronically with the other required bidding 30 documents at the time of the bid under the respective Project via the Procurement Portal: 31 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 32 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 33 exclusive of the bid opening date with the respective Project via the Procurement Portal by 34 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 35 submit required documentation at the time of bid submission. 36 37 The Offeror must submit one or more of the following documents: 38 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 39 2. Letter of Intent, for all M/WBE Subcontractors; 40 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 41 participation is less than stated goal, or no Business Equity participation is accomplished; 42 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 43 all subcontracting/supplier opportunities; or 44 5. Joint Venture/Mentor-Protégé Form, if goal is met or exceeded with a Joint Venture or Mentor-45 Protégé participation. 46 47 These forms can be accessed at: 48 Business Equity Utilization Form and Letter of Intent 49 00 45 40 - 2 Business Equity Goal Page 2 of 2 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105523 Revised June 7, 2024 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization 1 Form_DVIN 2022 220324.pdf 2 3 Letter of Intent 4 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN 5 2021.pdf 6 7 Business Equity Good Faith Effort Form 8 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort 9 Form_DVIN 2022.pdf 10 11 Business Equity Prime Contractor Waiver Form 12 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 13 Waiver-220313.pdf 14 15 Business Equity Joint Venture Form 16 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint 17 Venture_220225.pdf 18 19 20 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 21 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID 22 REJECTED. 23 24 25 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION OR OTHERWISE 26 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-27 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 28 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 29 30 For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services 31 Department at (817) 392-2674. 32 END OF SECTION 33 34 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 105523 Revised June 16, 2016 SECTION 00 52 43 1 AGREEMENT 2 3 THIS AGREEMENT, authorized on ______________is made by and between the Developer, 4 D.R. Horton, Inc., authorized to do business in Texas (“Developer”) , and 5 Belt Construction of Texas LLC , authorized to do business in Texas, acting by and through its 6 duly authorized representative, (“Contractor”). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Nance Ranch Offsite 16 City Project No. 105523 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 300 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 Five Hundred Dollars ($500.00) for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. 37 10/01/2025 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 105523 Revised June 16, 2016 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 Four Million Five Hundred Sixty-Seven Thousand 40 Three Hundred Thirty-Seven Dollars and Seventy Cents ($4,567,337.70). 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 74 75 76 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 105523 Revised June 16, 2016 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused, in whole or in part, by any act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damages being sought were caused, in whole or in part, 95 by any act, omission or negligence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. 117 QO 52 43 - �l i?zveloper A�varded Project Agreement Page a of=! ll$ 119 120 lZl 1?Z 133 12�4 12� 12G 127 t28 7.6 Authority to Sign. Contractor shall attaeh evidence af aucharity t4 sign Agreernent, if other tharz duly authorized signatory of the Cantractor. l�J WITNESS WH£REOF. Develaper and Contractor have executed this Agreement in m��ltiple counterparts. This fi�ree€ne��t is effective as ofthe (as� date s€gned by the Parties ("Effeeti��e Date"} Co�tractor: Beft Construction o1.T x r� ILC B �: � ((Sig�a# e) Kyie Bass (f'rsnted ?vaine} Deve(aper: D.R �Iorton, Inc. �':� � 'v / � �Si�nature) �US�iN B�aS ia Oc � (Printed Na�ne) Title: CE� Title� Company Iv'ame: Bel� Constructior� of Company name: D.R. Horton, tnc. Te�cas LLC Address: PQ Box $67 Ad�ress: 675 � �forth Freewv�ay City/ 5tat�i Zip: Tex�r�a�ta, TX 7�5(3=4 ea/�/� s 7 ' Ddt� City°r'StatelZi�: �'ort 1�'�rtt�. TeYas 76 i 3� �0%/25 dc1Te CiTY OF FO}iT W€�R71! Va�rce Rancl� OJ�'s+rz STa�I3;�RB CONSTRL:CTIO�v SPEC1t��CAT[C1N DOCLMENTS—D£V6L�PER 1WARpED PROlE�TS 1�5>33 Re�ise�i June (6.'_flIC� COMM RCI L G NERA L IAB LI YEAELIT T IS ENDORSEMENT CHANGES T E POLICY. PL ASE READ IT CAREFULLY.H H E XTEND ENDORSEMENT FO R CONTRACTO RS Thi e dorseme t m d fie i suranc e prov ded und er he f l o ing :s n n o i s n i t o l w COMM RCI L G NERA L IAB LI Y COVERAG PA TEAELITER GE ERAL D SCRIP ION O CO ERAGE –N E T F V Thi endors em nt broadens cov rage. H ow ev r cov rage f o anyseee,e r i ju y,dama e o me i al ex ense descri ed in any o the pr ovnrgrdcpsbfi ion o th s e dorseme t may bssfinne ex luded orc l m ted b y anoth e en dors em n to this Cov rage Pa t, and th e e ciireters ov rag e broadening prov sions do no ap ly toeitp the ex en t ha cov rage is ex l ded or lim ted by s uch an entttecuidorsem n . T he f o lo ing li ti g i a getlwsnseneral cov rage de cript on only Read al the prov sions o thi end orsesi.l i f s em nt and t he re t o y ur pol cy ca e ullesfoirf y to de erm ne r gh s,dut es, and w ha i and s not cov red .t i i t i t s i e A.Wh I An Insur ed –Unnam d Subs id arieoseis C.In i ent al Med cal Mal racti ecdipc B.Bla ket Addit onal Insured –Gov rnme talnien D.Bla ket Wa v r f Sub ogationnieOr En it e –Pe m t Or Au ho iza ions Re ati g T otisristrtln E.Co tra tua Liab l ty –Rai roadncliilsOpeatiosrnF.Da a e T o Prem se Ren ed o YoumgistT P O ISION a.R V S An o ganizat on o he than a pa tn ership,jo ntritrri v ntur e or l m ted liab l ty company;oreiiiiA.WH IS AN INSU ED –UNNAMEDOR b.A rust;tSUBSDIARIESI The fol owing is ad ed told SE TION II –WHO ISC a ind i a ed in i s nam o th e d ocu m n s t hasctterett AN INSU EDR :gov rn it stru tur e.e s c Any o yo r sub idiar e , o her than a pa tners hi ,f u s i s t r p B B ANKET ADD TIONA INSURED –.L I Ljonvnture o lim ted liabil ty com any,th at iiteriips GO E N ENT L EN IT ES –P RMIT OVRMATIESRnoshown as a N am d I nsured in th ete AU H R ZA I N R L TI G T O E AT O STOITOSEANOPRINia am d In ur ed f:s N e s i The fol owing is ad ed told SE TION II –WHO ISCa.Yo are the s o e owner o ,o ma ntai anulfrin AN INSU EDR :ownership inter e t o mo e th an 50 % in, suchsfr Any gov r men al en ti y t ha ha issued a perm tentttsisubsidiay on the fi st day o the pol cy perio ;r r f i d or auth oriza ion wit re pe t t o ope ationsthscrand pe fo med by yo or on your behal and that yourrufb.Su h subsidiary i not an in ured und ecssr are requir ed by an y o dinanc e,law , buil ing c oderdsiilaoher n uranc e.m r t i s or written c ont act or agreeme t to incl de a anrnus No such subsidiary i a insur ed f o "bodily inju ysnrr"addi ional i sured on thi Cov rage P a t is atnsern or "property dama e"th a o curred, o "pers o al i sured, but only wi h r e pgtcrnnts e t to liabi i y fo "bodilycltr i ju y","prope ty dam ge"or "pers o al andnrranand a v rt sing i ju y"caused by an o fe sedeinrfn adv rti ing inj ry"ari ing ou o uch operatio s.e s u s t f s ncomited:m t The in uran e pro v ded t o such gov r men alscienta.Be o e you ma ntai ed an ownership intere tfrins en ity do e not apply o:t s tomoe than 50% i such ub idiary;orfrnss a.Any "bod i y inju y ,"property dama e olr"g "rb.Af e th e date, i any duri g t he poli y periotrf,n c d "pe sonal and ad v rti ing injury"a i ing o t oresrsufthatyonolonger ma ntain a ownershiuinp operatio s perfo m d f o th e gov r men alnrerentiteretoore han 50% n such subsi ia y.n s f m t i d r en ity ort;Fo purpos e o Pa agrap hrsfr 1.o Se tionfc II –Who b.Any "bodily inj ry or "property d am geu"a "Is An Insured, ea h such subsidiary wil becl i clu ed in th e "products -co ple edndmtdeemd to e d e ignated in th e Declarat on a :e b s i s s operatio s hazar d".n CG 3 16 02 9D1 © 2017 The T avelers Indemnit Company.All rightsry reserved.Pa e 1 o 3gf Includes copyrighted material of In surance Services Of ice,Inc., with its permission.f Declarations COMM RCI L G NERA L IAB LI YEAELIT C.IN IDEN AL ED CAL ALPRACTI ECTMIMC pharma eut cal c o m t ed by o wi h th ecismit,r t k owledg e o co sent o ,th e n ur ednrnfis.1.The f o lo i g repla e Pa agr aphlwncsr b.o thef de i i ion o "o cur en e in t hefntfcrc"5.The f ol owing i a ded t o t helsd D FIN TIONEIS D FIN TIONEIS Se tion:c Se tio :c n b.An a t o om ssio com i ted i prov dincrinmtnig "In i ent al m d cal se v ce "m a s:c d e i r i s e nor fa l ng t o pr ov de "incidental me icaiiidl a.Med cal sur gi al dent al labor ato y,x rayi,c ,,r -se v ce ", fi st a d o "Good Sam r tanrisrirai or nur ing se v ce or tr eatm n , ad v ce osrietirsevce"to a pers on,unle s yo are irissun i struction o th e related fur i hi g on,r n s n fthe busin e s or o cup at on o prov dinscifig fo d or b ev rages; oroeproesionalheath a e s e v ce .f s l c r r i s b.The furni hing o di pensing o dru s osrsfgr2.The f o lowi g rep a es the la t par agraph olnlcsf m d cal d ent al o surgi al supplie oei,,r c s rPaagaphrr2..(1)a of SECTI N II –WHO ISO appl a ce .i n sANINSUEDR: 6.The f ol o ing i added t o P ar ag aphlwsr 4.b.,Unle s yo a e in t he business or o cupatiosurc n Ex ess In urancecs , of SE TION IV –Coprovdig pr o e sional healt ca e s e v ce ,f i n f s h r r i s Pa ag aphsrr (1)a)(,(b),(c)and (d)abov doe CO MERCIAL GENE AL L IABI ITMRLY COND T ONIISnot apply to :"bodily injury"arising out of prov din o ai ing o rov de:i g r f l t p i Thi i suranc e i ex e s ov r any v li ansnscseadd (a)"In i ent al me ic a se v ce "by any ocddlrisf col e ti le oth e in uranc e whether prim ry,l c b r s ,a y ur "em loyee "who is a nu se,nurseopsr ex e s, c onti gent o on an y oth er ba is,thatcsnrs a sist ant,em rgen y me i al tech ni iasecdccn i av ilab e t o any o your "em loy es"fosalfper or arame ic;orpd "bo ily injury that ari e ou o prov ding od"s s t f i r fa l n to prov de "i cidental medi al ser v ce "i i g i n c i s(b)F rst ai or "Good Sama itan se v ce "byidrris a y o y u "em loyee "o "to an y p erso t o t he ex ent notnforpsrnt su bje t t ocvlunteero Pa ag aphrr 2.a.1)(o S e t onfci II –Who Is Anworkers", other than an employed or v lunteer do tor.An y such "em loyee "o c p s In ured.s or "v lu teer wo kers"prov ding o fa l ngonririi D B ANKET WAIVER O SUB O ATION.L F R Gtoprovdefist aid or "Good Sama i anirrt The fo lowing is a d ed t o Paragraphld 8.,Tra sfenrsevce"during thei work h ou s fo yourisrrr O Righ s O Reco ery Agai st O hers To Usftfvnt,wil be deem d t o be a t ng wi hin t helecit of SE TION IV –CO MERCIAL GENER ALCMscoe o thei em loym nt by yo opfrpeur pe fo m n dutie rela ed to the co du trrigstnc L ABI I Y CO D T ONILTNIIS : o yo r busine s.f u s If the insured has a ree in a c ont act ogdrr 3.The f o lo i g repla e the la t se tenc e olwncssnf ag ee ent t o waiv that i sured 'righ ormenstf Pa ag aphrr 5.of SE TION III –LIMITS OCF re ov ry agains t any p erson o o gan zat on, wecerrii INSU AN ERC:waiv our right o e ov ry ag ain t uch pe son oefrcessrr organi ation,but only fo pay ents we ma ezrmkFothe pu rpo e o dete m nin th erssfrig be aus e o :c fapplcableEah Occurr enc e Lim t, al relatedicil a t or om ssions com i ted i prov di g ocsimtninr a."Bo ily i ju y"o "property dam ge "thatdnrrafalnto prov de "inci ent al me icaiigiddl o curs; ocrsevce", fi st a d o "Good Sam r tanrisrirai b."Pe so al and adv rti ing inj ry"ca sed byrnesuusevce"to any one p erso wil be deeme torisnld an o fe se hat i com it edfntsmt;be one "o currence".c 4.The f o lowi g ex lu ion i added to subsequent t o the ex cution o thelncssef cont a t orcr Pa ag aphrr 2.,Exclus onis , of SE TION I –C ag ee ent.r m CO ERAGES –CO ERAGE A –BODI YVVL E.CON RACTUAL IABILIT –RAIL OADTLYRSINJUY AND P OP RT DAMAGERREY L ABI I YILT :1.The fol o ing repla e P a agrap hlwcsr c.o th ef de i i ion o "insur ed cont act"i th efntfrnSae O Ph rmaceu icalslfat D FIN TIONEIS Se tion:c"Bo ily inju y or "property dama e"ari ingdr"g s ou o the v ola ion o a penal st at t e otfitfur c.Any ea em nt or l cense agr eem nt;s e i e ordi ance rela i g t o t he sale ontnf Pa e 2 o 3gf © 2017 The T avelers Indemnit Company.All rightsry reserved.CG 3 16 02 9D1 Includes copyrighted material of nsurance Services Of iceIf,Inc.,with its permission. COMM RCI L G NERAL IAB LITYEAELI 2.Pa ag aphrr f.1)(o the de init o o "i suredffinfn a.Any pr em se whi e rent ed t o yo oislur cont a t i therc"n D FIN TIONEIS Se tion is tem or a i y o cupied by you wi h pe m ssioncprlctri de eted.o he own e ; orlftr F DAMAGE TO P EMISE EN ED TO YOU b.R S R T .The c o tent o any premi e whi e suchnsfssl prem se i rented to yo , i y u rent suchissufoThefolowing repla e th e de i ition o "prem selcsfnfis prem se f o a p eriod o s ev n or f eweisrferdamaein heg"t DEF NIT ONSII Se tionc :conse utiv day .c e s"Pre i e dama e m a s "property dama e "to:m s s g "e n g CG 3 16 02 9D1 © 2017 The T avelers Indemnit Company.All righ sryt reserved.Pa e 3 o 3gf Includes copyrighted material of nsurance Services Of iceIf,Inc.,with its permission. COMM RCI L G NERA L IAB L TYEAELII T IS ENDORSEMENT CHANGES T E POLICY. PL ASE READ IT CAREFULLY.H H E BL ANKET ADDITIONAL INSURED (Incl des Products-Completed Op erations If Required By Conturact) Thi e dorseme t m d fie i suranc e prov ded und er he f l o ing :s n n o i s n i t o l w COMM RCI L G NERA L IAB LI Y COVERA E PARTEAELITG P O ISIONRVS (1)Any "bodily injury","property d am ge"oar "pe sonal injury arising out o the pr ov di g,r "f i nThefolowing i add ed t ols SE TI N II –WHO IS ANCO or f a l re t o prov de,any pro e sionaliuifsINSUEDR: arch te tur al engin eer ng o surv yingic,i r eAny person o o gan zat on that yo agree in arriiu se v ce , ncl ding:r i s i uwriten con ract or agreem nt to in lude a anttecs addi ional i sur ed o thi C ov rage Part i atnnsesn (a)The prep arin ,ap prov ng, or fa li g t ogiin i sured, ut onlynb :prepa e or approv , ma s, sh oprep drawi gs, opin on , reports, sur v y ,n i s e sa.Wi h re pe t to l abi ity f o "bodily injury otscilr"r fi l orders or chan ge orders , or th eed"prope ty dam ge that o curs, or f o "pers o alra"c r n prepa i g, appr ov ng, or f a l n torniiigijuycased b y an o fe se th at is comm ttednr"u f n i , prepa e or app ov ,dr awings andrresubsequent to th e signi ng of that contract or ag ee ent and while th a pa t o the contr a t ormtrfcr spe i i a io s;andcfctn ag ee ent s in e fe t;andrmifc (b)Su er v so y,in pe t on, archi ect ral opirsciturb.If a d only to the ex ent th at such injury o,n t ,r engineerin a t v t e .g c i i i sdamaeis ca sed by a ts o om ssio s o yo ogucrinfur (2)Any "bod i y inju y or "prope ty d am gelr"r a "y ur subco tra tor in th e perfo m nce o "y uoncrafor caused b y "y ur work an in luded in th eo"d cworkto which the wri ten c ont a t or agreemen"t r c t "produ ts-com leted o erat on hazardcppis"appl e . Such p ers on or organiz a ion doe n oistst un ess the wri ten c ont a t o ag ee entltrcrrmqualfyaan ad itional in ur ed with re pect t oisdss the ind ependent a t o om ssions o such spe i i a ly requi escsrifcfclr y u to pr ov de suchoi pe son or organizationr .cov rage f o that addi ional in ured durinertsg the oli y pe iod.p c rTheisuranceprovded to such ad it onal insured isnidi subje t o he o lo ing p ov sions:c t t f l w r i c.The ad itional insur ed m st c om ly with th edup a.If the Lim t o In uran e o thi Cov rage Part fo lowi g dutieisfscfseln s: shown in the De laratio s ex eed t he m nim mcnciu (1)Giv us wri ten no i e as soon a pra tic a leettcscblmtrequied by th e written co tr a t oiisrncr o an "o cur en e o an o fe se whi h m yfcrc"r f n c aageeent,th e i surance pr ov ded t o th ermni re ult i a clai . To t e e x en possible suchsnmhtt,addi ional insured wil be t o suchtl no ice should in l de:t c umnimmrequired lim ts. Fo the purp o e oiuirssf de erm nin whether thi applie , th etigss (a)How,when an where the "o cur en edcrc"m nim m im t requi ed by the wr i ten co tr a t oiulisrtncr or o fe se too pla e;f n k cageeentwillbe co sidered to include th ermn (b)The n am s and addre s e o any inj redessfumnimm lim ts o any Umb el a o Ex essiuifrlrc pe sons an witne s e ;andrdsslabltycovrage requi ed f o the addi ionaliiierrt i sured by th at writ en cont a t o agreem nt.n t r c r e (c)The nature and lo ation o any inj ry ocfurThiprovsion will not incr ea e th e lim t osisisf dama e ari ing out o the "o cur en egsfcrc"i suran e de cribed in Se tioncscn III –Lim t Ofis or o fe se.f nInurance.s (2)If a cla m is ma e or "sui "i brought ag ai stidtsnb.The insur ance prov ded t o such addi ionalit the ad it onal nsureddii:i sured does not ap ly o:n p t CG 2 46 04 19D Pa e 1 o 2gf limited limitation © 2018 The Travelers Indemnity Company. All rights reserved. COMM RCI L G NERA L IAB LITYEAELI (a)Im e ia ely re ord t he spe i i s o themdtccfcf (4)Te der th e de ense and i dem i y o anynfnntf cla m or "suit an the date re eiv d; and cla m or "su i "to any prov der i "d c e i t i o othefr i suran e which woul cov r such addi ionalncdet(b)No i y us a soo a pr acti able an d seetfsnsc i sured f o a lo s we c ov r. Howev r,thisnrseetoitthatwe re eiv wri ten noti e o th ecetcf condi ion d oe not a f ct wheth e th etsferclamor"suit a soon a pra ti ablei"s s c c .i suran e pr ov ded to such addi io alncitn(3)Im e ia ely send us cop es o all legalmdtif i sured i prima y to ot er insuranc ensrhpapesreceivd in c onn e t on with t he claireci m av ila le t o s uch addi ional insur ed whi habtcor"sui ", cooper a e wit us in t hetth cov r that person or a aessivstigaton o se tlem nt o the claim oneirtefr name i sured a d e cribed i Par agraphdnssn 4.,de e se against the "sui ", and o h erwisefntt Ot e In ur an e o Se tionhrsc,f c IV –Com e cialmrcomlywitallpolcy o ditio s.p h i c n n Ge er al ondit on .n C i s Pa e 2 o 2gf CG 2 46 04 19D organization Liability © 2018 The Travelers Indemnity Company. All rights reserved. COMMERCIAL AUTO This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM CA T3 53 02 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT Page 1 of 4© 2015 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. GENERAL DESCRIPTION OF COVERAGE – This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A.BROAD FORM NAMED INSURED B.BLANKET ADDITIONAL INSURED C.EMPLOYEE HIRED AUTO D.EMPLOYEES AS INSURED E.SUPPLEMENTARY PAYMENTS – INCREASED LIMITS F.HIRED AUTO – LIMITED WORLDWIDE COV- ERAGE – INDEMNITY BASIS G.WAIVER OF DEDUCTIBLE – GLASS PROVISIONS A.BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II – COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B.BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II – COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which H.HIRED AUTO PHYSICAL DAMAGE – LOSS OF USE – INCREASED LIMIT I.PHYSICAL DAMAGE – TRANSPORTATION EXPENSES – INCREASED LIMIT J.PERSONAL PROPERTY K.AIRBAGS L.NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M.BLANKET WAIVER OF SUBROGATION N.UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C.EMPLOYEE HIRED AUTO 1.The following is added to Paragraph A.1., Who Is An Insured, of SECTION II – COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2.The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV – BUSI- NESS AUTO CONDITIONS: b.For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1)Any covered "auto" you lease, hire, rent or borrow; and (2)Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your COMMERCIAL AUTO CA T3 53 02 15Page 2 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. permission, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D.EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II – COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E.SUPPLEMENTARY PAYMENTS – INCREASED LIMITS 1.The following replaces Paragraph A.2.a.(2), of SECTION II – COVERED AUTOS LIABIL- ITY COVERAGE: (2)Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2.The following replaces Paragraph A.2.a.(4), of SECTION II – COVERED AUTOS LIABIL- ITY COVERAGE: (4)All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F.HIRED AUTO – LIMITED WORLDWIDE COV- ERAGE – INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV – BUSINESS AUTO CONDI- TIONS: (5)Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a)With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i)You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii)Neither you nor any other involved "insured" will make any settlement without our consent. (iii)We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv)We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION II – COVERED AUTOS LIABILITY COVERAGE. (v)We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION II – COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b)This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c)This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. COMMERCIAL AUTO CA T3 53 02 15 Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. © 2015 The Travelers Indemnity Company. All rights reserved. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d)It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G.WAIVER OF DEDUCTIBLE – GLASS The following is added to Paragraph D., Deducti- ble, of SECTION III – PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H.HIRED AUTO PHYSICAL DAMAGE – LOSS OF USE – INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION III – PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I.PHYSICAL DAMAGE – TRANSPORTATION EXPENSES – INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III – PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J.PERSONAL PROPERTY The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III – PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1)Owned by an "insured"; and (2)In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K.AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III – PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a.If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b.The airbags are not covered under any war- ranty; and c.The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L.NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV – BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a)You (if you are an individual); (b)A partner (if you are a partnership); (c)A member (if you are a limited liability com- pany); (d)An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e)Any "employee" authorized by you to give no- tice of the "accident" or "loss". M.BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV – BUSINESS AUTO CONDI- TIONS : 5.Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by COMMERCIAL AUTO CA T3 53 02 15Page 4 of 4 © 2015 The Travelers Indemnity Compa ny. All rights reserved . Includes copyrighted material of Insurance Services Office, Inc. with its permission. such contract. The waiver applies only to the person or organization designated in such contract. N.UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV – BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non-renewal. COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE – CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM CA T4 99 02 16 © 2016 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 1 PROVISIONS 1.The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION Il – COVERED AUTOS LIABILITY COVERAGE: This includes any person or organization who you are required under a written contract or agreement, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to name as an additional insured for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent of that person's or organization's liability for the conduct of another "insured". 2.The following is added to Paragraph B.5., Other Insurance of SECTION IV – BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a. and paragraph d. of this part 5. Other Insurance, this insurance is primary to and non-contributory with applicable other insurance under which an additional insured person or organization is a named insured when a written contract or agreement with you, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, requires this insurance to be primary and non- contributory. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT Schedule *Blanket Waiver of Subrogation Applies* We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Date Prepared: Carrier: Effective Date of Endorsement: Policy Number: Insured: Countersigned by:196-58526 Belt Construction Inc. Bridgefield Casualty Insurance Company June 20, 2024 August 1, 2024 WC 00 03 13 (Ed. 4-84) "Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. Copyright 1984 NCCI" 1stOctober25 1stOctober 1stOctober25 1stOctober 1stOctober25 006219-2 MAINTCNANCC BOND Page 2 of 3 1 2 3 4 5 6 7 s 9 10 ir 12 13 14 15 16 17 is 19 20 21 22 23 WH�REAS, Pi•incipal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/ar City of the need thei•eof at any time within the Maintenance Period. NOW TH�REFORE, the condition of this oUligation is such tllat if Principal shall remedy any defective Work, for which timely notice was provided Uy Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVID�D, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/ar reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tlrrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continLtous in nature and successive recoveries may Ue had hereon for successive breaches. crrY oF roRT woRTi-� STANDARD CITZ CONDITIONS — D�VELOPGR AWARD�D PROJCCTS Revised January 31, 2012 Nance Rnnclr Offsi[e City Projecr No. 105523 1stOctober Travelers Casualty and Surety Company of America �+�� Travelers Casualty and Surety Company TRAVELERS � � i St. Paui Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, 7ravelers Casualty and Surety Company, and St. Pau! Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectiveiy called the "Companies"), and that the Companies do hereby make, constitute and appoint Jeannette D Blanke of TEXARKANA . Texas , their true and lawFul Attorney-in-Fact to sign, execute, seai and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WVITNESS NVHEREOF, the Companies have caused this instrument to be signed, and their corporate seais to be hereto affixed, this 17th day of January, 2019. . '^'�F�','•^-(�Y-~t p�v C 1 `J� J 4�.�s�i�� l ;4,� 1 �•1- �G� sJ�'• u.'v .�T'rOr''J� i�� HAATF�RD. < i�������� � C7Crfli �"' I �" i, f,G`.Y. F�� COktl. a 4��` 'y�,� J� ��L,\` ��Sfti D= 1 r�,V '�+.s..�uvsa� � ~~�f '`' �� V St2te of Corin2cticut City of Hartford ?s. / �� '�j,/ By: , �� ,�l Robert L. Raney'Senior Vice President On this the lith day of January, 2019: before me perso�ally appeared Robert L, Raney. who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company oi America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being autfiorized so to do, executed the ioregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and offici2l seal. My Commission expires the 30th day of June. 2021 .; o� „�A.,,. � r� �%'�� r,o r.w+ �*( .,,� a,�= L� �"�`�' i Anna P. Nowik, Notary Public ,k'+��w€Nt� " , This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Oirectors of Travelers Casualty and Surety Company of America. Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman. the President, any Vice Chairman. any Executive Vice Presider.t any Senior Vfce ?resident. any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoi�t Attorneys-in-Fact and Agen4s to act for and on behalf of the Company and may give such appointee such authority 2s his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemniry, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said offcers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her: and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President. any Vice Chairman, any Executive Vice President, a�y Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, [he Corporate Secretary or any Assistant Secretary and duiy attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificake or their certificates of authority or by one or more Company officers pursuant to a written delegafion of authority; and it is FURTHER RESOLVEO, that the signature of each of [he following o�ficers: President, any Executive Vice President, any Senior Vlce President, any Vice President, any Assistani Vice Presiderit, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Atterney or to any certificate relating thereto appointing Resident Vice Presidents. Resident Assistant Secretaries or Attorneys-in-Fact ror purposes only of executing and attesting bonds and undertakings and other �roritings obligatory in the nature thereof, and any such Power of Attorney or certiflcate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile sea� shall be valid and bindinq on the Company in the future with respect to any bond or understanding to which it is attached. i, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America. Travelers Casualty and Surety Campany, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct cooy of the Power of Attomey executed by said Companies. which remains in full force and effecf. Dated this3Lti1 day of June 2025 ' `�...,'i%` y ",� .�N,� �,'C�':1�� a -'°.^'/r�'t'i :." �0: tk �� a� �u5r,oa'J�� S'� �y N:.ar:oap, i�'�� ��� � CCrct 1 i x ^� C���. o �t �� 5LLL J y� � r� Y \ ��� �, J I ^�'+ ": �?;r .r� ✓y;. �� �� � Kevin E, Hughes. Assi�retary To verify the autnenticity af this Powe� ofAttorney, p/ease ca// us at 1-800-421-3880. - m/ease r+�f.;r t� the above-named Attomey-in-fact and the details of the bond to rvhich this Powe� ofAttorney is attached, IMPORTANT NOTICE To obtain information or make a complaint: You may cali Trave{ers Casualty and Surety Company of America and its affiliates' toll- free telephone number for information or to make a complaint at: 1-800-328-2189 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Depa�tment of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: ��i�;�:��„�,;�,✓.� .,.�:�:��.:;a._,s E-maiL ConsumerFrotection(a�idi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. (PN-042-B) Ed.10.18.07 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1)$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2)$250,000 Bodily Injury per person 3)$500,000 Bodily Injury per accident / 4)$100,000 Property Damage D.Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1.The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2.The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3.The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a.General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b.Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4.With respect to the above outlined insurance requirements, the following shall govern: a.Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b.Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- None None None 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1.Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2.Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3.Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B.Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1.shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2.shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C.Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D.All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E.All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract X 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates A.Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B.Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C.Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D.Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E.Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and Required for this Contract. Not Required for this Contract. X 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Revised December 20, 2012 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.Summary of Work to be performed in accordance with the Contract Documents6 B.Deviations from this City of Fort Worth Standard Specification7 1.None.8 C.Related Specification Sections include, but are not necessarily limited to:9 1.Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract10 2.Division 1 - General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES 12 A.Measurement and Payment13 1.Work associated with this Item is considered subsidiary to the various items bid.14 No separate payment will be allowed for this Item.15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A.Work Covered by Contract Documents18 1.Work is to include furnishing all labor, materials, and equipment, and performing19 all Work necessary for this construction project as detailed in the Drawings and20 Specifications.21 B.Subsidiary Work22 1.Any and all Work specifically governed by documentary requirements for the23 project, such as conditions imposed by the Drawings or Contract Documents in24 which no specific item for bid has been provided for in the Proposal and the item is25 not a typical unit bid item included on the standard bid item list, then the item shall26 be considered as a subsidiary item of Work, the cost of which shall be included in27 the price bid in the Proposal for various bid items.28 C.Use of Premises29 1.Coordinate uses of premises under direction of the City.30 2.Assume full responsibility for protection and safekeeping of materials and31 equipment stored on the Site.32 3.Use and occupy only portions of the public streets and alleys, or other public places33 or other rights-of-way as provided for in the ordinances of the City, as shown in the34 Contract Documents, or as may be specifically authorized in writing by the City.35 a.A reasonable amount of tools, materials, and equipment for construction36 purposes may be stored in such space, but no more than is necessary to avoid37 delay in the construction operations.38 Nance Ranch Offsite City Project No. 105523 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Revised December 20, 2012 b.Excavated and waste materials shall be stored in such a way as not to interfere 1 with the use of spaces that may be designated to be left free and unobstructed 2 and so as not to inconvenience occupants of adjacent property. 3 c.If the street is occupied by railroad tracks, the Work shall be carried on in such4 manner as not to interfere with the operation of the railroad.5 1)All Work shall be in accordance with railroad requirements set forth in6 Division 0 as well as the railroad permit.7 D.Work within Easements8 1.Do not enter upon private property for any purpose without having previously9 obtained permission from the owner of such property.10 2.Do not store equipment or material on private property unless and until the11 specified approval of the property owner has been secured in writing by the12 Contractor and a copy furnished to the City.13 3.Unless specifically provided otherwise, clear all rights-of-way or easements of14 obstructions which must be removed to make possible proper prosecution of the15 Work as a part of the project construction operations.16 4.Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,17 lawns, fences, culverts, curbing, and all other types of structures or improvements,18 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or19 appurtenances thereof, including the construction of temporary fences and to all20 other public or private property adjacent to the Work.21 5.Notify the proper representatives of the owners or occupants of the public or private22 lands of interest in lands which might be affected by the Work.23 a.Such notice shall be made at least 48 hours in advance of the beginning of the24 Work.25 b.Notices shall be applicable to both public and private utility companies and any26 corporation, company, individual, or other, either as owners or occupants,27 whose land or interest in land might be affected by the Work.28 c.Be responsible for all damage or injury to property of any character resulting29 from any act, omission, neglect, or misconduct in the manner or method or30 execution of the Work, or at any time due to defective work, material, or31 equipment.32 6.Fence33 a.Restore all fences encountered and removed during construction of the Project34 to the original or a better than original condition.35 b.Erect temporary fencing in place of the fencing removed whenever the Work is36 not in progress and when the site is vacated overnight, and/or at all times to37 provide site security.38 c.The cost for all fence work within easements, including removal, temporary39 closures and replacement, shall be subsidiary to the various items bid in the40 project proposal, unless a bid item is specifically provided in the proposal.41 Nance Ranch Offsite City Project No. 105523 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 Nance Ranch Offsite City Project No. 105523 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a.Name of manufacturer b. Name of vendor c.Trade name d. Catalog number 2.Substitutions are not "or-equals". B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Request for Substitution - General 1.Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a.When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a.Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, Nance Ranch Offsite City Project No. 105523PROJECTS 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A.See Request for Substitution Form (attached) B.Procedure for Requesting Substitution 1. Substitution shall be considered only: a.After award of Contract b. Under the conditions stated herein 2.Submit 3 copies of each written request for substitution, including: a.Documentation 1)Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a)Manufacturer's name b) Telephone number and representative contact name c)Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a)Size b) Composition or materials of construction c)Weight d) Electrical or mechanical requirements 4) Product experience a)Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c)Available field data and reports associated with proposed product 5)Samples a)Provide at request of City. b) Samples become the property of the City. c.For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C.Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. Nance Ranch Offsite City Project No. 105523PROJECTS 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 4. Substitution will be rejected if: a.Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c.In the Developer’s opinion, acceptance will require substantial revision of the original design d. In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A.In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Nance Ranch Offsite City Project No. 105523PROJECTS 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A.Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B.What effect does substitution have on other trades? C.Differences between proposed substitution and specified item? D.Differences in product cost or product delivery time? E.Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date Nance Ranch Offsite City Project No. 105523PROJECTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A.Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a.If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the delivery of the 28 distribution package to the City. 29 a.The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a.Developer and Consultant 35 b. Contractor's project manager 36 c.Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 1 e.Other City representatives 2 f.Others as appropriate 3 4. Preliminary Agenda may include: 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 4 a.Introduction of Project Personnel 5 b.General Description of Project 6 c.Status of right-of-way, utility clearances, easements or other pertinent permits 7 d.Contractor’s work plan and schedule 8 e.Contract Time 9 f.Notice to Proceed 10 g.Construction Staking 11 h.Progress Payments 12 i.Extra Work and Change Order Procedures 13 j.Field Orders 14 k.Disposal Site Letter for Waste Material 15 l.Insurance Renewals 16 m.Payroll Certification 17 n.Material Certifications and Quality Control Testing 18 o.Public Safety and Convenience 19 p.Documentation of Pre-Construction Conditions 20 q.Weekend Work Notification 21 r.Legal Holidays 22 s.Trench Safety Plans 23 t.Confined Space Entry Standards 24 u.Coordination with the City’s representative for operations of existing water 25 systems 26 v.Storm Water Pollution Prevention Plan 27 w.Coordination with other Contractors 28 x.Early Warning System 29 y.Contractor Evaluation 30 z.Special Conditions applicable to the project 31 aa. Damages Claims 32 bb. Submittal Procedures 33 cc.Substitution Procedures 34 dd.Correspondence Routing 35 ee. Record Drawings 36 ff. Temporary construction facilities 37 gg. MBE/SBE procedures 38 hh. Final Acceptance 39 ii.Final Payment 40 jj. Questions or Comments Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 Nance Ranch Offsite City Project No. 105523 01 32 16 - 1 DAP CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised July 1, 2011 SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document 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 A.Definitions 1. Schedule Tiers a.Tier 1 - No schedule submittal required by contract. Small, brief duration projects b.Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c.Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d.Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e.Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2.Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3.Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. 01 32 16 - 2 DAP CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised July 1, 2011 4.Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B.Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A.Baseline Schedule 1.General a.Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c.Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B.Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a.Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C.Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a.Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a.No additional cost for such work will be considered. 01 32 16 - 3 DAP CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised July 1, 2011 D.The Contract completion time will be adjusted only for causes specified in this Contract. a.Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a)The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a)Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a.No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a)No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a.Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. 01 32 16 - 4 DAP CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised July 1, 2011 c.Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E.Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a.Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a.In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A.Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a.Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B.Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C.Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D.Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. 01 32 16 - 5 DAP CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised July 1, 2011 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.The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B.Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C.Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 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 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] Nance Ranch Offsite City Project No. 105523PROJECTS 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Nance Ranch OffsiteCity Project No. 105523PROJECTS 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 SECTION 01 33 00 1 DAP SUBMITTALS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.General methods and requirements of submissions applicable to the following6 Work-related submittals:7 a.Shop Drawings8 b.Product Data (including Standard Product List submittals)9 c.Samples10 d.Mock Ups11 B.Deviations from this City of Fort Worth Standard Specification12 1.None.13 C.Related Specification Sections include, but are not necessarily limited to:14 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract15 2.Division 1 – General Requirements16 1.2 PRICE AND PAYMENT PROCEDURES 17 A.Measurement and Payment18 1.Work associated with this Item is considered subsidiary to the various items bid.19 No separate payment will be allowed for this Item.20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A.Coordination23 1.Notify the City in writing, at the time of submittal, of any deviations in the24 submittals from the requirements of the Contract Documents.25 2.Coordination of Submittal Times26 a.Prepare, prioritize and transmit each submittal sufficiently in advance of27 performing the related Work or other applicable activities, or within the time28 specified in the individual Work Sections, of the Specifications.29 b.Contractor is responsible such that the installation will not be delayed by30 processing times including, but not limited to:31 a)Disapproval and resubmittal (if required)32 b)Coordination with other submittals33 c)Testing34 d)Purchasing35 e)Fabrication36 f)Delivery37 g)Similar sequenced activities38 c.No extension of time will be authorized because of the Contractor's failure to39 transmit submittals sufficiently in advance of the Work.40 Nance Ranch OffsiteCity Project No. 105523PROJECTS 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 d.Make submittals promptly in accordance with approved schedule, and in such 1 sequence as to cause no delay in the Work or in the work of any other 2 contractor. 3 B.Submittal Numbering4 1.When submitting shop drawings or samples, utilize a 9-character submittal cross-5 reference identification numbering system in the following manner:6 a.Use the first 6 digits of the applicable Specification Section Number.7 b.For the next 2 digits number use numbers 01-99 to sequentially number each8 initial separate item or drawing submitted under each specific Section number.9 c.Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.10 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical11 submittal number would be as follows:12 13 03 30 00-08-B 14 15 1)03 30 00 is the Specification Section for Concrete16 2)08 is the eighth initial submittal under this Specification Section17 3)B is the third submission (second resubmission) of that particular shop18 drawing19 C.Contractor Certification20 1.Review shop drawings, product data and samples, including those by21 subcontractors, prior to submission to determine and verify the following:22 a.Field measurements23 b.Field construction criteria24 c.Catalog numbers and similar data25 d.Conformance with the Contract Documents26 2.Provide each shop drawing, sample and product data submitted by the Contractor27 with a Certification Statement affixed including:28 a.The Contractor's Company name29 b.Signature of submittal reviewer30 c.Certification Statement31 1)“By this submittal, I hereby represent that I have determined and verified32 field measurements, field construction criteria, materials, dimensions,33 catalog numbers and similar data and I have checked and coordinated each34 item with other applicable approved shop drawings."35 D.Submittal Format36 1.Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches.37 2.Bind shop drawings and product data sheets together.38 3.Order39 a.Cover Sheet40 1)Description of Packet41 2)Contractor Certification42 b.List of items / Table of Contents43 c.Product Data /Shop Drawings/Samples /Calculations44 E.Submittal Content45 1.The date of submission and the dates of any previous submissions46 Nance Ranch Offsite City Project No. 105523PROJECTS 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 2.The Project title and number1 3.Contractor identification2 4.The names of:3 a.Contractor4 b.Supplier5 c.Manufacturer6 5.Identification of the product, with the Specification Section number, page and7 paragraph(s)8 6.Field dimensions, clearly identified as such9 7.Relation to adjacent or critical features of the Work or materials10 8.Applicable standards, such as ASTM or Federal Specification numbers11 9.Identification by highlighting of deviations from Contract Documents12 10.Identification by highlighting of revisions on resubmittals13 11.An 8-inch x 3-inch blank space for Contractor and City stamps14 F.Shop Drawings15 1.As specified in individual Work Sections includes, but is not necessarily limited to:16 a.Custom-prepared data such as fabrication and erection/installation (working)17 drawings18 b.Scheduled information19 c.Setting diagrams20 d.Actual shopwork manufacturing instructions21 e.Custom templates22 f.Special wiring diagrams23 g.Coordination drawings24 h.Individual system or equipment inspection and test reports including:25 1)Performance curves and certifications26 i.As applicable to the Work27 2.Details28 a.Relation of the various parts to the main members and lines of the structure29 b.Where correct fabrication of the Work depends upon field measurements30 1)Provide such measurements and note on the drawings prior to submitting31 for approval.32 G.Product Data33 1.For submittals of product data for products included on the City’s Standard Product34 List, clearly identify each item selected for use on the Project.35 2.For submittals of product data for products not included on the City’s Standard36 Product List, submittal data may include, but is not necessarily limited to:37 a.Standard prepared data for manufactured products (sometimes referred to as38 catalog data)39 1)Such as the manufacturer's product specification and installation40 instructions41 2)Availability of colors and patterns42 3)Manufacturer's printed statements of compliances and applicability43 4)Roughing-in diagrams and templates44 5)Catalog cuts45 6)Product photographs46 Nance Ranch Offsite City Project No. 105523PROJECTS 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised August 30, 2013 7)Standard wiring diagrams1 8)Printed performance curves and operational-range diagrams2 9)Production or quality control inspection and test reports and certifications3 10)Mill reports4 11)Product operating and maintenance instructions and recommended5 spare-parts listing and printed product warranties6 12)As applicable to the Work7 H.Samples8 1.As specified in individual Sections, include, but are not necessarily limited to:9 a.Physical examples of the Work such as:10 1)Sections of manufactured or fabricated Work11 2)Small cuts or containers of materials12 3)Complete units of repetitively used products color/texture/pattern swatches13 and range sets14 4)Specimens for coordination of visual effect15 5)Graphic symbols and units of Work to be used by the City for independent16 inspection and testing, as applicable to the Work17 I.Do not start Work requiring a shop drawing, sample or product data nor any material to18 be fabricated or installed prior to the approval or qualified approval of such item.19 1.Fabrication performed, materials purchased or on-site construction accomplished20 which does not conform to approved shop drawings and data is at the Contractor's21 risk.22 2.The City will not be liable for any expense or delay due to corrections or remedies23 required to accomplish conformity.24 3.Complete project Work, materials, fabrication, and installations in conformance25 with approved shop drawings, applicable samples, and product data.26 J.Submittal Distribution27 1.Electronic Distribution28 a.Confirm development of Project directory for electronic submittals to be29 uploaded to City’s Buzzsaw site, or another external FTP site approved by the30 City.31 b.Shop Drawings32 1)Upload submittal to designated project directory and notify appropriate33 City representatives via email of submittal posting.34 2)Hard Copies35 a)3 copies for all submittals36 b)If Contractor requires more than 1 hard copy of Shop Drawings37 returned, Contractor shall submit more than the number of copies listed38 above.39 c.Product Data40 1)Upload submittal to designated project directory and notify appropriate41 City representatives via email of submittal posting.42 2)Hard Copies43 a)3 copies for all submittals44 d.Samples45 1)Distributed to the Project Representative46 2.Hard Copy Distribution (if required in lieu of electronic distribution)47 Nance Ranch Offsite City Project No. 105523PROJECTS 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised August 30, 2013 a.Shop Drawings1 1)Distributed to the City2 2)Copies3 a)8 copies for mechanical submittals4 b)7 copies for all other submittals5 c)If Contractor requires more than 3 copies of Shop Drawings returned,6 Contractor shall submit more than the number of copies listed above.7 b.Product Data8 1)Distributed to the City9 2)Copies10 a)4 copies11 c.Samples12 1)Distributed to the Project Representative13 2)Copies14 a)Submit the number stated in the respective Specification Sections.15 3.Distribute reproductions of approved shop drawings and copies of approved16 product data and samples, where required, to the job site file and elsewhere as17 directed by the City.18 a.Provide number of copies as directed by the City but not exceeding the number19 previously specified.20 K.Submittal Review21 1.The review of shop drawings, data and samples will be for general conformance22 with the design concept and Contract Documents. This is not to be construed as:23 a.Permitting any departure from the Contract requirements24 b.Relieving the Contractor of responsibility for any errors, including details,25 dimensions, and materials26 c.Approving departures from details furnished by the City, except as otherwise27 provided herein28 2.The review and approval of shop drawings, samples or product data by the City29 does not relieve the Contractor from his/her responsibility with regard to the30 fulfillment of the terms of the Contract.31 a.All risks of error and omission are assumed by the Contractor, and the City will32 have no responsibility therefore.33 3.The Contractor remains responsible for details and accuracy, for coordinating the34 Work with all other associated work and trades, for selecting fabrication processes,35 for techniques of assembly and for performing Work in a safe manner.36 4.If the shop drawings, data or samples as submitted describe variations and show a37 departure from the Contract requirements which City finds to be in the interest of38 the City and to be so minor as not to involve a change in Contract Price or time for39 performance, the City may return the reviewed drawings without noting an40 exception.41 5.Submittals will be returned to the Contractor under 1 of the following codes:42 a.Code 143 1)"NO EXCEPTIONS TAKEN" is assigned when there are no notations or44 comments on the submittal.45 a)When returned under this code the Contractor may release the46 equipment and/or material for manufacture.47 b.Code 248 Nance Ranch Offsite City Project No. 105523PROJECTS 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 1)"EXCEPTIONS NOTED". This code is assigned when a confirmation of 1 the notations and comments IS NOT required by the Contractor. 2 a)The Contractor may release the equipment or material for manufacture;3 however, all notations and comments must be incorporated into the4 final product.5 c.Code 36 1)"EXCEPTIONS NOTED/RESUBMIT". This combination of codes is7 assigned when notations and comments are extensive enough to require a8 resubmittal of the package.9 a)The Contractor may release the equipment or material for manufacture;10 however, all notations and comments must be incorporated into the11 final product.12 b)This resubmittal is to address all comments, omissions and13 non-conforming items that were noted.14 c)Resubmittal is to be received by the City within 15 Calendar Days of15 the date of the City's transmittal requiring the resubmittal.16 d.Code 417 1)"NOT APPROVED" is assigned when the submittal does not meet the18 intent of the Contract Documents.19 a)The Contractor must resubmit the entire package revised to bring the20 submittal into conformance.21 b)It may be necessary to resubmit using a different manufacturer/vendor22 to meet the Contract Documents.23 6.Resubmittals24 a.Handled in the same manner as first submittals25 1)Corrections other than requested by the City26 2)Marked with revision triangle or other similar method27 a)At Contractor’s risk if not marked28 b.Submittals for each item will be reviewed no more than twice at the City’s29 expense.30 1)All subsequent reviews will be performed at times convenient to the City31 and at the Contractor's expense, based on the City's or City32 Representative’s then prevailing rates.33 2)Provide Contractor reimbursement to the City within 30 Calendar Days for34 all such fees invoiced by the City.35 c.The need for more than 1 resubmission or any other delay in obtaining City's36 review of submittals, will not entitle the Contractor to an extension of Contract37 Time.38 7.Partial Submittals39 a.City reserves the right to not review submittals deemed partial, at the City’s40 discretion.41 b.Submittals deemed by the City to be not complete will be returned to the42 Contractor, and will be considered "Not Approved" until resubmitted.43 c.The City may at its option provide a list or mark the submittal directing the44 Contractor to the areas that are incomplete.45 8.If the Contractor considers any correction indicated on the shop drawings to46 constitute a change to the Contract Documents, then written notice must be47 provided thereof to the Developer at least 7 Calendar Days prior to release for48 manufacture.49 Nance Ranch Offsite City Project No. 105523PROJECTS 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 9.When the shop drawings have been completed to the satisfaction of the City, the 1 Contractor may carry out the construction in accordance therewith and no further 2 changes therein except upon written instructions from the City. 3 10.Each submittal, appropriately coded, will be returned within 30 Calendar Days4 following receipt of submittal by the City.5 L.Mock ups6 1.Mock Up units as specified in individual Sections, include, but are not necessarily7 limited to, complete units of the standard of acceptance for that type of Work to be8 used on the Project. Remove at the completion of the Work or when directed.9 M.Qualifications10 1.If specifically required in other Sections of these Specifications, submit a P.E.11 Certification for each item required.12 N.Request for Information (RFI)13 1.Contractor Request for additional information14 a.Clarification or interpretation of the contract documents15 b.When the Contractor believes there is a conflict between Contract Documents16 c.When the Contractor believes there is a conflict between the Drawings and17 Specifications18 1)Identify the conflict and request clarification19 2.Sufficient information shall be attached to permit a written response without further20 information.21 22 23 24 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 Nance Ranch Offsite City Project No. 105523PROJECTS 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 Nance Ranch Offsite City Project No. 105523PROJECTS 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 1 SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 8 a.Coordination with the Texas Department of Transportation 9 b.Work near High Voltage Lines 10 c.Confined Space Entry Program 11 d.Air Pollution Watch Days 12 e.Use of Explosives, Drop Weight, Etc. 13 f.Water Department Notification 14 g.Public Notification Prior to Beginning Construction 15 h.Coordination with United States Army Corps of Engineers 16 i.Coordination within Railroad permits areas 17 j.Dust Control 18 k.Employee Parking 19 20 21 B. Deviations from this City of Fort Worth Standard Specification 22 1.None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 – General Requirements 26 3. Section 33 12 25 – Connection to Existing Water Mains 27 28 1.2 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 34 High Voltage Overhead Lines. 35 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 36 Specification 37 1.3 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination with the Texas Department of Transportation 39 1. When work in the right-of-way which is under the jurisdiction of the Texas 40 Department of Transportation (TxDOT): Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 a.Notify the Texas Department of Transportation prior to commencing any work 2 therein in accordance with the provisions of the permit 3 b. All work performed in the TxDOT right-of-way shall be performed in 4 compliance with and subject to approval from the Texas Department of 5 Transportation 6 B. Work near High Voltage Lines 7 1. Regulatory Requirements 8 a.All Work near High Voltage Lines (more than 600 volts measured between 9 conductors or between a conductor and the ground) shall be in accordance with 10 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 11 2. Warning sign 12 a.Provide sign of sufficient size meeting all OSHA requirements. 13 3. Equipment operating within 10 feet of high voltage lines will require the following 14 safety features 15 a.Insulating cage-type of guard about the boom or arm 16 b. Insulator links on the lift hook connections for back hoes or dippers 17 c.Equipment must meet the safety requirements as set forth by OSHA and the 18 safety requirements of the owner of the high voltage lines 19 4. Work within 6 feet of high voltage electric lines 20 a.Notification shall be given to: 21 1) The power company (example: ONCOR) 22 a) Maintain an accurate log of all such calls to power company and record 23 action taken in each case. 24 b. Coordination with power company 25 1) After notification coordinate with the power company to: 26 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 27 lower the lines 28 c.No personnel may work within 6 feet of a high voltage line before the above 29 requirements have been met. 30 C. Confined Space Entry Program 31 1. Provide and follow approved Confined Space Entry Program in accordance with 32 OSHA requirements. 33 2. Confined Spaces include: 34 a.Manholes 35 b. All other confined spaces in accordance with OSHA’s Permit Required for 36 Confined Spaces 37 D. Use of Explosives, Drop Weight, Etc. 38 1. When Contract Documents permit on the project the following will apply: 39 a.Public Notification 40 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 41 prior to commencing. 42 2) Minimum 24 hour public notification in accordance with Section 01 31 13 43 E. Water Department Coordination Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City’s representative. 7 a.Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c.In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a.Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor’s letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor’s foreman and phone number 33 f)Name of the City’s inspector and phone number 34 g) City’s after-hours phone number 35 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a.The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 b. Prepare flyer on the contractor’s letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor’s foreman and phone number 8 6) Name of the City’s inspector and phone number 9 c.A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e.No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f.Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 H. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 I.Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a.Flagmen 26 b.Inspectors 27 c.Safety training 28 d. Additional insurance 29 e.Insurance certificates 30 f.Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad’s 35 requirements. 36 J.Dust Control 37 1. Use acceptable measures to control dust at the Site. 38 a.If water is used to control dust, capture and properly dispose of waste water. 39 b. If wet saw cutting is performed, capture and properly dispose of slurry. 40 K. Employee Parking 41 1. Provide parking for employees at locations approved by the City. Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 13 Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 1 2 3 4 5 6 Date: 7 EXHIBIT A (To be printed on Contractor’s Letterhead) 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 1 EXHIBIT B 2 3 4 Nance Ranch Offsite City Project No. 105523 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Testing and inspection services procedures and coordination B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a.Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a)Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a.When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a.Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City’s document management system, or another form of distribution approved by the City. Nance Ranch Offsite City Project No. 105523PROJECTS 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a)1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a)Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a)Distribute 3 hard copies to City’s Project Representative 4.Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a.Name of pit b. Date of delivery c.Material delivered B.Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. Nance Ranch Offsite City Project No. 105523PROJECTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 01 50 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a.Temporary utilities 9 b. Sanitary facilities 10 c.Storage Sheds and Buildings 11 d. Dust control 12 e.Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1.None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 – General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a.Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c.Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2.Water 34 a.Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City’s Project Representatives. 39 c.Coordination 40 1) Contact City 1 week before water for construction is desired Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City’s 3 established rates. 4 3. Electricity and Lighting 5 a.Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4.Telephone 11 a.Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a.Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a.Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a.Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c.Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a.Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a.Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A.Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 Nance Ranch Offsite City Project No. 105523 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 10557 Revised July 1, 2011 SECTION 01 55 26 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.Administrative procedures for:6 a.Street Use Permit7 b.Modification of approved traffic control8 c.Removal of Street Signs9 B.Deviations from this City of Fort Worth Standard Specification10 1.None.11 C.Related Specification Sections include, but are not necessarily limited to:12 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract13 2.Division 1 – General Requirements14 3.Section 34 71 13 – Traffic Control15 1.2 PRICE AND PAYMENT PROCEDURES 16 A.Measurement and Payment17 1.Work associated with this Item is considered subsidiary to the various Items bid.18 No separate payment will be allowed for this Item.19 1.3 REFERENCES 20 A.Reference Standards21 1.Reference standards cited in this specification refer to the current reference standard22 published at the time of the latest revision date logged at the end of this23 specification, unless a date is specifically cited.24 2.Texas Manual on Uniform Traffic Control Devices (TMUTCD).25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A.Traffic Control27 1.General28 a.When traffic control plans are included in the Drawings, provide Traffic29 Control in accordance with Drawings and Section 34 71 13.30 b.When traffic control plans are not included in the Drawings, prepare traffic31 control plans in accordance with Section 34 71 13 and submit to City for32 review.33 1)Allow minimum 10 working days for review of proposed Traffic Control.34 B.Street Use Permit35 1.Prior to installation of Traffic Control, a City Street Use Permit is required.36 a.To obtain Street Use Permit, submit Traffic Control Plans to City37 Transportation and Public Works Department.38 Nance Ranch Offsite City Project No. 105523PROJECTS 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised July 1, 2011 1)Allow a minimum of 5 working days for permit review. 1 2)Contractor’s responsibility to coordinate review of Traffic Control plans for2 Street Use Permit, such that construction is not delayed.3 C.Modification to Approved Traffic Control4 1.Prior to installation traffic control:5 a.Submit revised traffic control plans to City Department Transportation and6 Public Works Department.7 1)Revise Traffic Control plans in accordance with Section 34 71 13.8 2)Allow minimum 5 working days for review of revised Traffic Control.9 3)It is the Contractor’s responsibility to coordinate review of Traffic Control10 plans for Street Use Permit, such that construction is not delayed.11 D.Removal of Street Sign12 1.If it is determined that a street sign must be removed for construction, then contact13 City Transportation and Public Works Department, Signs and Markings Division to14 remove the sign.15 E.Temporary Signage16 1.In the case of regulatory signs, replace permanent sign with temporary sign meeting17 requirements of the latest edition of the Texas Manual on Uniform Traffic Control18 Devices (MUTCD).19 2.Install temporary sign before the removal of permanent sign.20 3.When construction is complete, to the extent that the permanent sign can be21 reinstalled, contact the City Transportation and Public Works Department, Signs22 and Markings Division, to reinstall the permanent sign.23 F.Traffic Control Standards24 1.Traffic Control Standards can be found on the City’s Buzzsaw website.25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] 34 PART 3 - EXECUTION [NOT USED] 35 END OF SECTION 36 Nance Ranch Offsite City Project No. 105523PROJECTS 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised July 1, 2011 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 Nance Ranch Offsite City Project No. 105523 PROJECTS 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Nance Ranch Offsite City Project No. 105523 Revised July 1, 2011 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. 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Nance Ranch Offsite City Project No. 105523 Revised July 1, 2011 B.Construction Activities resulting in: 1. Less than 1 acre of disturbance 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 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Nance Ranch Offsite City Project No. 105523 Revised July 1, 2011 B.Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 58 13 - 1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Temporary Project Signage Requirements B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A.Design Criteria 1. Provide free standing Project Designation Sign in accordance with City’s Standard Details for project signs. Nance Ranch Offsite City Project No. 105523PROJECTS 01 58 13 - 2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 B.Materials 1. Sign a.Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A.General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B.Mounting options a.Skids b. Posts c.Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A.General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Nance Ranch Offsite City Project No. 105523PROJECTS 01 58 13 - 3 DAP TEMPORARY PROJECT SIGNAGE Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP application Nance Ranch Offsite City Project No. 105523PROJECTS 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. References for Product Requirements and City Standard Products List B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A.Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B.Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. C.Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. D.See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] Nance Ranch Offsite City Project No. 105523 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised March 20, 2020 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised April 7, 2014 SECTION 01 66 00 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.Scheduling of product delivery6 2.Packaging of products for delivery7 3.Protection of products against damage from:8 a.Handling9 b.Exposure to elements or harsh environments10 B.Deviations from this City of Fort Worth Standard Specification11 1.None.12 C.Related Specification Sections include, but are not necessarily limited to:13 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract14 2.Division 1 – General Requirements15 1.2 PRICE AND PAYMENT PROCEDURES 16 A.Measurement and Payment17 1.Work associated with this Item is considered subsidiary to the various Items bid.18 No separate payment will be allowed for this Item.19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY AND HANDLING 27 A.Delivery Requirements28 1.Schedule delivery of products or equipment as required to allow timely installation29 and to avoid prolonged storage.30 2.Provide appropriate personnel and equipment to receive deliveries.31 3.Delivery trucks will not be permitted to wait extended periods of time on the Site32 for personnel or equipment to receive the delivery.33 Nance Ranch Offsite City Project No. 105523PROJECTS 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised April 7, 2014 4.Deliver products or equipment in manufacturer's original unbroken cartons or other 1 containers designed and constructed to protect the contents from physical or 2 environmental damage. 3 5.Clearly and fully mark and identify as to manufacturer, item and installation4 location.5 6.Provide manufacturer's instructions for storage and handling.6 B.Handling Requirements7 1.Handle products or equipment in accordance with these Contract Documents and8 manufacturer’s recommendations and instructions.9 C.Storage Requirements10 1.Store materials in accordance with manufacturer’s recommendations and11 requirements of these Specifications.12 2.Make necessary provisions for safe storage of materials and equipment.13 a.Place loose soil materials and materials to be incorporated into Work to prevent14 damage to any part of Work or existing facilities and to maintain free access at15 all times to all parts of Work and to utility service company installations in16 vicinity of Work.17 3.Keep materials and equipment neatly and compactly stored in locations that will18 cause minimum inconvenience to other contractors, public travel, adjoining owners,19 tenants and occupants.20 a.Arrange storage to provide easy access for inspection.21 4.Restrict storage to areas available on construction site for storage of material and22 equipment as shown on Drawings, or approved by City’s Project Representative.23 5.Provide off-site storage and protection when on-site storage is not adequate.24 a.Provide addresses of and access to off-site storage locations for inspection by25 City’s Project Representative.26 6.Do not use lawns, grass plots or other private property for storage purposes without27 written permission of owner or other person in possession or control of premises.28 7.Store in manufacturers’ unopened containers.29 8.Neatly, safely and compactly stack materials delivered and stored along line of30 Work to avoid inconvenience and damage to property owners and general public31 and maintain at least 3 feet from fire hydrant.32 9.Keep public and private driveways and street crossings open.33 10.Repair or replace damaged lawns, sidewalks, streets or other improvements to34 satisfaction of City’s Project Representative.35 a.Total length which materials may be distributed along route of construction at36 one time is 1,000 linear feet, unless otherwise approved in writing by City’s37 Project Representative.38 Nance Ranch Offsite City Project No. 105523PROJECTS 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 ERECTION [NOT USED] 8 3.5 REPAIR / RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [OR] SITE QUALITY CONTROL 11 A.Tests and Inspections12 1.Inspect all products or equipment delivered to the site prior to unloading.13 B.Non-Conforming Work14 1.Reject all products or equipment that are damaged, used or in any other way15 unsatisfactory for use on the project.16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION 21 A.Protect all products or equipment in accordance with manufacturer's written directions.22 B.Store products or equipment in location to avoid physical damage to items while in23 storage.24 C.Protect equipment from exposure to elements and keep thoroughly dry if required by25 the manufacturer.26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 Nance Ranch Offsite City Project No. 105523PROJECTS 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 103149 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 1 Nance Ranch Offsite City Project No. 105523PROJECTS 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Mobilization and Demobilization a.Mobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site 2)Establishment of necessary general facilities for the Contractor’s operation at the Site 3) Premiums paid for performance and payment bonds 4)Transportation of Contractor’s personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor’s operation from 1 location to another location on the Site. b. Demobilization 1)Transportation of Contractor’s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c.Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a.Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a)Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a)Transportation of Contractor’s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor’s operation at the Site necessary to resume the Work. 3) No Payments will be made for: a)Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c)Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a.Mobilization and Demobilization Nance Ranch Offsite City Project No. 105523PROJECTS 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a)Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a)Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c)Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a.A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Mobilization and Demobilization a.Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a.Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Specified Remobilization” in accordance with Contract Documents. c.The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Nance Ranch Offsite City Project No. 105523PROJECTS 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 3. Remobilization for suspension of Work as required by City a.Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a.Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c.The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a.Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c.The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] Nance Ranch Offsite City Project No. 105523PROJECTS 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application Nance Ranch Offsite City Project No. 105523PROJECTS 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised February 14, 2018 SECTION 01 71 23 1 CONSTRUCTION STAKING AND SURVEY 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes:5 1. Requirements for construction staking and construction survey6 B. Deviations from this City of Fort Worth Standard Specification7 1. See Changes (Highlighted in Yellow).8 C. Related Specification Sections include, but are not necessarily limited to:9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract10 2. Division 1 – General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment13 1. Construction Staking14 a. Measurement15 1) This Item is considered subsidiary to the various Items bid.16 b. Payment17 1) The work performed and the materials furnished in accordance with this18 Item are subsidiary to the various Items bid and no other compensation will19 be allowed.20 2. Construction Survey21 a. Measurement22 1) This Item is considered subsidiary to the various Items bid.23 b. Payment24 1) The work performed and the materials furnished in accordance with this25 Item are subsidiary to the various Items bid and no other compensation will be26 allowed.27 3. As-Built Survey28 a. Measurement29 1) This Item is considered subsidiary to the various Items bid.30 b. Payment31 1) The work performed and the materials furnished in accordance with this32 Item are subsidiary to the various Items bid and no other compensation will be33 allowed.34 35 36 37 38 39 40 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised February 14, 2018 1.3 REFERENCES 1 A. Definitions2 1. Construction Survey - The survey measurements made prior to or while3 construction is in progress to control elevation, horizontal position, dimensions and4 configuration of structures/improvements included in the Project Drawings.5 2. As-built Survey –The measurements made after the construction of the6 improvement features are complete to provide position coordinates for the features7 of a project.8 3. Construction Staking – The placement of stakes and markings to provide offsets9 and elevations to cut and fill in order to locate on the ground the designed10 structures/improvements included in the Project Drawings. Construction staking11 shall include staking easements and/or right of way if indicated on the plans.12 4. Survey “Field Checks” – Measurements made after construction staking is13 completed and before construction work begins to ensure that structures marked on14 the ground are accurately located per Project Drawings.15 B. Technical References16 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw17 website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards18 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available19 on City’s Buzzsaw website).20 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision21 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land22 Surveying in the State of Texas, Category 523 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. The Contractor’s selection of a surveyor must comply with Texas Government26 Code 2254 (qualifications based selection) for this project.27 1.5 SUBMITTALS 28 A. Submittals, if required, shall be in accordance with Section 01 33 00.29 B. All submittals shall be received and reviewed by the City prior to delivery of work.30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A. Field Quality Control Submittals32 1. Documentation verifying accuracy of field engineering work, including coordinate33 conversions if plans do not indicate grid or ground coordinates.34 2. Submit “Cut-Sheets” conforming to the standard template provided by the City35 (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).36 37 1.7 CLOSEOUT SUBMITTALS 38 B. As-built Redline Drawing Submittal39 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised February 14, 2018 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 1 constructed improvements signed and sealed by Registered Professional Land 2 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 3 – Survey Staking Standards) .4 2. Contractor shall submit the proposed as-built and completed redline drawing5 submittal one (1) week prior to scheduling the project final inspection for City6 review and comment. Revisions, if necessary, shall be made to the as-built redline7 drawings and resubmitted to the City prior to scheduling the construction final8 inspection.9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Construction Staking12 1. Construction staking will be performed by the Contractor.13 2. Coordination14 a. Contact City and Developer’s Project Representative at least one week in15 advance notifying the City of when Construction Staking is scheduled.16 b. It is the Contractor’s responsibility to coordinate staking such that17 construction activities are not delayed or negatively impacted.18 3. General19 a. Contractor is responsible for preserving and maintaining stakes. If City20 surveyors or Developer’s Project Representative are required to re-stake for21 any reason, the Contractor will be responsible for costs to perform staking. If22 in the opinion of the City, a sufficient number of stakes or markings have been23 lost, destroyed disturbed or omitted that the contracted Work cannot take place24 then the Contractor will be required to stake or re-stake the deficient areas.25 B. Construction Survey26 1. Construction Survey will be performed by the Contractor.27 2. Coordination28 a. Contractor to verify that horizontal and vertical control data established in the29 design survey and required for construction survey is available and in place.30 3. General31 a. Construction survey will be performed in order to construct the work shown32 on the Construction Drawings and specified in the Contract Documents.33 b. For construction methods other than open cut, the Contractor shall perform34 construction survey and verify control data including, but not limited to, the35 following:36 1) Verification that established benchmarks and control are accurate.37 2) Use of Benchmarks to furnish and maintain all reference lines and grades38 for tunneling.39 3) Use of line and grades to establish the location of the pipe.40 4) Submit to the City copies of field notes used to establish all lines and41 grades, if requested, and allow the City to check guidance system setup prior42 to beginning each tunneling drive.43 5) Provide access for the City, if requested, to verify the guidance system and44 the line and grade of the carrier pipe.45 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised February 14, 2018 6) The Contractor remains fully responsible for the accuracy of the work and 1 correction of it, as required.2 7) Monitor line and grade continuously during construction.3 8) Record deviation with respect to design line and grade once at each pipe4 joint and submit daily records to the City.5 9) If the installation does not meet the specified tolerances (as outlined in6 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct7 the installation in accordance with the Contract Documents.8 C. As-Built Survey9 1. Required As-Built Survey will be performed by the Contractor.10 2. Coordination11 a. Contractor is to coordinate with City to confirm which features require as-12 built surveying.13 b. It is the Contractor’s responsibility to coordinate the as-built survey and14 required measurements for items that are to be buried such that construction15 activities are not delayed or negatively impacted.16 c. For sewer mains and water mains 12” and under in diameter, it is acceptable17 to physically measure depth and mark the location during the progress of18 construction and take as-built survey after the facility has been buried. The19 Contractor is responsible for the quality control needed to ensure accuracy.20 3. General21 a. The Contractor shall provide as-built survey including the elevation and22 location (and provide written documentation to the City) of construction23 features during the progress of the construction including the following:24 1) Water Lines25 a) Top of pipe elevations and coordinates for waterlines at the following26 locations:27 (1) Minimum every 250 linear feet, including28 (2) Horizontal and vertical points of inflection, curvature,29 etc.30 (3) Fire line tee31 (4) Plugs, stub-outs, dead-end lines32 (5) Casing pipe (each end) and all buried fittings33 2) Sanitary Sewer34 a) Top of pipe elevations and coordinates for force mains and siphon35 sanitary sewer lines (non-gravity facilities) at the following locations:36 (1) Minimum every 250 linear feet and any buried fittings37 (2) Horizontal and vertical points of inflection, curvature,38 etc.39 3) Stormwater – Not Applicable40 b. The Contractor shall provide as-built survey including the elevation and41 location (and provide written documentation to the City) of construction42 features after the construction is completed including the following:43 1) Manholes44 a) Rim and flowline elevations and coordinates for each manhole45 2) Water Lines46 a) Cathodic protection test stations47 b) Sampling stations48 c) Meter boxes/vaults (All sizes)49 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised February 14, 2018 d) Fire hydrants1 e) Valves (gate, butterfly, etc.)2 f) Air Release valves (Manhole rim and vent pipe)3 g) Blow off valves (Manhole rim and valve lid)4 h) Pressure plane valves5 i) Underground Vaults6 (1) Rim and flowline elevations and coordinates for each7 Underground Vault.8 3) Sanitary Sewer9 a) Cleanouts10 (1) Rim and flowline elevations and coordinates for each11 b) Manholes and Junction Structures12 (1) Rim and flowline elevations and coordinates for each13 manhole and junction structure.14 4) Stormwater – Not Applicable15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY 18 PART 2 - PRODUCTS 19 A. A construction survey will produce, but will not be limited to:20 1. Recovery of relevant control points, points of curvature and points of intersection.21 2. Establish temporary horizontal and vertical control elevations (benchmarks)22 sufficiently permanent and located in a manner to be used throughout construction.23 3. The location of planned facilities, easements and improvements.24 a. Establishing final line and grade stakes for piers, floors, grade beams, parking25 areas, utilities, streets, highways, tunnels, and other construction.26 b. A record of revisions or corrections noted in an orderly manner for reference.27 c. A drawing, when required by the client, indicating the horizontal and vertical28 location of facilities, easements and improvements, as built.29 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all30 construction staking projects. These cut sheets shall be on the standard city template31 which can be obtained from the Survey Superintendent (817-392-7925).32 5. Digital survey files in the following formats shall be acceptable:33 a. AutoCAD (.dwg)34 b. ESRI Shapefile (.shp)35 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use36 standard templates, if available)37 6. Survey files shall include vertical and horizontal data tied to original project38 control and benchmarks, and shall include feature descriptions39 PART 3 - EXECUTION 40 3.1 INSTALLERS 41 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised February 14, 2018 A. Tolerances:1 1. The staked location of any improvement or facility should be as accurate as2 practical and necessary. The degree of precision required is dependent on many3 factors all of which must remain judgmental. The tolerances listed hereafter are4 based on generalities and, under certain circumstances, shall yield to specific5 requirements. The surveyor shall assess any situation by review of the overall plans6 and through consultation with responsible parties as to the need for specific7 tolerances.8 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical9 tolerance. Horizontal alignment for earthwork and rough cut should not exceed10 1.0 ft. tolerance.11 b. Horizontal alignment on a structure shall be within .0.1ft tolerance.12 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and13 walkways shall be located within the confines of the site boundaries and,14 occasionally, along a boundary or any other restrictive line. Away from any15 restrictive line, these facilities should be staked with an accuracy producing no16 more than 0.05ft. tolerance from their specified locations.17 d. Underground and overhead utilities, such as sewers, gas, water, telephone and18 electric lines, shall be located horizontally within their prescribed areas or19 easements. Within assigned areas, these utilities should be staked with an20 accuracy producing no more than 0.1 ft tolerance from a specified location.21 e. The accuracy required for the vertical location of utilities varies widely. Many22 underground utilities require only a minimum cover and a tolerance of 0.1 ft.23 should be maintained. Underground and overhead utilities on planned profile,24 but not depending on gravity flow for performance, should not exceed 0.1 ft.25 tolerance.26 B. Surveying instruments shall be kept in close adjustment according to manufacturer’s27 specifications or in compliance to standards. The City reserves the right to request a28 calibration report at any time and recommends regular maintenance schedule be29 performed by a certified technician every 6 months.30 1. Field measurements of angles and distances shall be done in such fashion as to31 satisfy the closures and tolerances expressed in Part 3.1.A.32 2. Vertical locations shall be established from a pre-established benchmark and33 checked by closing to a different bench mark on the same datum.34 3. Construction survey field work shall correspond to the client’s plans. Irregularities35 or conflicts found shall be reported promptly to the City.36 4. Revisions, corrections and other pertinent data shall be logged for future reference.37 38 3.2 EXAMINATION [NOT USED] 39 3.3 PREPARATION [NOT USED] 40 3.4 APPLICATION 41 3.5 REPAIR / RESTORATION 42 A. If the Contractor’s work damages or destroys one or more of the control43 monuments/points set by the City or Developer’s Project Representative, the monuments44 shall be adequately referenced for expedient restoration.45 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised February 14, 2018 1. Notify City or Developer’s Project Representative if any control data needs to be 1 restored or replaced due to damage caused during construction operations. 2 a. Contractor shall perform replacements and/or restorations.3 b. The City or Developer’s Project Representative may require at any time a4 survey “Field Check” of any monument or benchmarks that are set be verified5 by the City surveyors or Developer’s Project Representative before further6 associated work can move forward.7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL 9 A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the10 City or Developer’s Project Representative in accordance with this Specification. This11 includes easements and right of way, if noted on the plans.12 B. Do not change or relocate stakes or control data without approval from the City.13 3.8 SYSTEM STARTUP 14 A. Survey Checks15 1. The City reserves the right to perform a Survey Check at any time deemed16 necessary.17 2. Checks by City personnel or 3 rd party contracted surveyor are not intended to18 relieve the contractor of his/her responsibility for accuracy.19 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Nance Ranch Offsite City Project No. 105523 Revised February 14, 2018 measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format 1 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 SECTION 01 74 23 1 CLEANING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.Intermediate and final cleaning for Work not including special cleaning of closed6 systems specified elsewhere7 B.Deviations from this City of Fort Worth Standard Specification8 1.None.9 C.Related Specification Sections include, but are not necessarily limited to:10 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract11 2.Division 1 – General Requirements12 3.Section 32 92 13 – Hydro-Mulching, Seeding and Sodding13 1.2 PRICE AND PAYMENT PROCEDURES 14 A.Measurement and Payment15 1.Work associated with this Item is considered subsidiary to the various Items bid.16 No separate payment will be allowed for this Item.17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A.Scheduling20 1.Schedule cleaning operations so that dust and other contaminants disturbed by21 cleaning process will not fall on newly painted surfaces.22 2.Schedule final cleaning upon completion of Work and immediately prior to final23 inspection.24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 STORAGE, AND HANDLING 30 A.Storage and Handling Requirements31 1.Store cleaning products and cleaning wastes in containers specifically designed for32 those materials.33 Nance Ranch Offsite City Project No. 105523PROJECTS 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A.Cleaning Agents6 1.Compatible with surface being cleaned7 2.New and uncontaminated8 3.For manufactured surfaces9 a.Material recommended by manufacturer10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 APPLICATION [NOT USED] 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING 23 A.General24 1.Prevent accumulation of wastes that create hazardous conditions.25 2.Conduct cleaning and disposal operations to comply with laws and safety orders of26 governing authorities.27 3.Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in28 storm or sanitary drains or sewers.29 4.Dispose of degradable debris at an approved solid waste disposal site.30 5.Dispose of nondegradable debris at an approved solid waste disposal site or in an31 alternate manner approved by City and regulatory agencies.32 Nance Ranch Offsite City Project No. 105523PROJECTS 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 6.Handle materials in a controlled manner with as few handlings as possible. 1 7.Thoroughly clean, sweep, wash and polish all Work and equipment associated with2 this project.3 8.Remove all signs of temporary construction and activities incidental to construction4 of required permanent Work.5 9.If project is not cleaned to the satisfaction of the City, the City reserves the right to6 have the cleaning completed at the expense of the Contractor.7 10.Do not burn on-site.8 B.Intermediate Cleaning during Construction9 1.Keep Work areas clean so as not to hinder health, safety or convenience of10 personnel in existing facility operations.11 2.At maximum weekly intervals, dispose of waste materials, debris and rubbish.12 3.Confine construction debris daily in strategically located container(s):13 a.Cover to prevent blowing by wind14 b.Store debris away from construction or operational activities15 c.Haul from site at a minimum of once per week16 4.Vacuum clean interior areas when ready to receive finish painting.17 a.Continue vacuum cleaning on an as-needed basis, until Final Acceptance.18 5.Prior to storm events, thoroughly clean site of all loose or unsecured items, which19 may become airborne or transported by flowing water during the storm.20 C.Exterior (Site or Right of Way) Final Cleaning21 1.Remove trash and debris containers from site.22 a.Re-seed areas disturbed by location of trash and debris containers in accordance23 with Section 32 92 13.24 2.Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object25 that may hinder or disrupt the flow of traffic along the roadway.26 3.Clean any interior areas including, but not limited to, vaults, manholes, structures,27 junction boxes and inlets.28 4.If no longer required for maintenance of erosion facilities, and upon approval by29 City, remove erosion control from site.30 5.Clean signs, lights, signals, etc.31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 36 37 38 39 40 Nance Ranch Offsite City Project No. 105523PROJECTS 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 3 Nance Ranch Offsite City Project No. 105523PROJECTS 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 SECTION 01 77 19 1 CLOSEOUT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.The procedure for closing out a contract6 B.Deviations from this City of Fort Worth Standard Specification7 1.None.8 C.Related Specification Sections include, but are not necessarily limited to:9 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract10 2.Division 1 – General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES 12 A.Measurement and Payment13 1.Work associated with this Item is considered subsidiary to the various Items bid.14 No separate payment will be allowed for this Item.15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A.Guarantees, Bonds and Affidavits18 1.No application for final payment will be accepted until all guarantees, bonds,19 certificates, licenses and affidavits required for Work or equipment as specified are20 satisfactorily filed with the City.21 B.Release of Liens or Claims22 1.No application for final payment will be accepted until satisfactory evidence of23 release of liens has been submitted to the City.24 1.5 SUBMITTALS 25 A.Submit all required documentation to City’s Project Representative.26 Nance Ranch Offsite City Project No. 105523PROJECTS 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 CLOSEOUT PROCEDURE 8 A.Prior to requesting Final Inspection, submit:9 1.Project Record Documents in accordance with Section 01 78 3910 2.Operation and Maintenance Data, if required, in accordance with Section 01 78 2311 B.Prior to requesting Final Inspection, perform final cleaning in accordance with Section12 01 74 23.13 C.Final Inspection14 1.After final cleaning, provide notice to the City Project Representative that the Work15 is completed.16 a.The City will make an initial Final Inspection with the Contractor present.17 b.Upon completion of this inspection, the City will notify the Contractor, in18 writing within 10 business days, of any particulars in which this inspection19 reveals that the Work is defective or incomplete.20 2.Upon receiving written notice from the City, immediately undertake the Work21 required to remedy deficiencies and complete the Work to the satisfaction of the22 City.23 3.Upon completion of Work associated with the items listed in the City's written24 notice, inform the City, that the required Work has been completed. Upon receipt25 of this notice, the City, in the presence of the Contractor, will make a subsequent26 Final Inspection of the project.27 4.Provide all special accessories required to place each item of equipment in full28 operation. These special accessory items include, but are not limited to:29 a.Specified spare parts30 b.Adequate oil and grease as required for the first lubrication of the equipment31 c.Initial fill up of all chemical tanks and fuel tanks32 d.Light bulbs33 e.Fuses34 f.Vault keys35 g.Handwheels36 h.Other expendable items as required for initial start-up and operation of all37 equipment38 D.Notice of Project Completion39 Nance Ranch Offsite City Project No. 105523PROJECTS 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1.Once the City Project Representative finds the Work subsequent to Final Inspection 1 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 2 E.Supporting Documentation3 1.Coordinate with the City Project Representative to complete the following4 additional forms:5 a.Final Payment Request6 b.Statement of Contract Time7 c.Affidavit of Payment and Release of Liens8 d.Consent of Surety to Final Payment9 e.Pipe Report (if required)10 f.Contractor’s Evaluation of City11 g.Performance Evaluation of Contractor12 F.Letter of Final Acceptance13 1.Upon review and acceptance of Notice of Project Completion and Supporting14 Documentation, in accordance with General Conditions, City will issue Letter of15 Final Acceptance and release the Final Payment Request for payment.16 3.5 REPAIR / RESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 29 Nance Ranch Offsite City Project No. 105523PROJECTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 01 78 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a.Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c.Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1.None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2.Format 33 a.Size: 8 ½ inches x 11 inches 34 b.Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c.Text: Manufacturer’s printed data, or neatly typewritten Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 1 d.Drawings 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e.Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f.Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2)List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3.Binders 17 a.Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a.Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c.List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a.Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3.Drawings 40 a.Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c.Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a.Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a.Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a.Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2)Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a.Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a.Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c.Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e.Manufacturer's printed operating and maintenance instructions 43 f.Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i.Charts of valve tag numbers, with location and function of each valve 2 j.List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a.Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2)Controls 13 3)Communications 14 c.As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3)Special operating instructions 19 e.Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f.Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings Nance Ranch Offsite City Project No. 105523 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 8 Nance Ranch Offsite City Project No. 105523 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 SECTION 01 78 39 1 PROJECT RECORD DOCUMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes:5 1.Work associated with the documenting the project and recording changes to project6 documents, including:7 a.Record Drawings8 b.Water Meter Service Reports9 c.Sanitary Sewer Service Reports10 d.Large Water Meter Reports11 B.Deviations from this City of Fort Worth Standard Specification12 1.None.13 C.Related Specification Sections include, but are not necessarily limited to:14 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract15 2.Division 1 – General Requirements16 1.2 PRICE AND PAYMENT PROCEDURES 17 A.Measurement and Payment18 1.Work associated with this Item is considered subsidiary to the various Items bid.19 No separate payment will be allowed for this Item.20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A.Prior to submitting a request for Final Inspection, deliver Project Record Documents to24 City’s Project Representative.25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A.Accuracy of Records30 1.Thoroughly coordinate changes within the Record Documents, making adequate31 and proper entries on each page of Specifications and each sheet of Drawings and32 other Documents where such entry is required to show the change properly.33 2.Accuracy of records shall be such that future search for items shown in the Contract34 Documents may rely reasonably on information obtained from the approved Project35 Record Documents.36 Nance Ranch Offsite City Project No. 105523PROJECTS 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 3.To facilitate accuracy of records, make entries within 24 hours after receipt of 1 information that the change has occurred.2 4.Provide factual information regarding all aspects of the Work, both concealed and3 visible, to enable future modification of the Work to proceed without lengthy and4 expensive site measurement, investigation and examination.5 1.10 STORAGE AND HANDLING 6 A.Storage and Handling Requirements7 1.Maintain the job set of Record Documents completely protected from deterioration8 and from loss and damage until completion of the Work and transfer of all recorded9 data to the final Project Record Documents.10 2.In the event of loss of recorded data, use means necessary to again secure the data11 to the City's approval.12 a.In such case, provide replacements to the standards originally required by the13 Contract Documents.14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 18 2.2 RECORD DOCUMENTS 19 A.Job set20 1.Promptly following receipt of the Notice to Proceed, secure from the City, at no21 charge to the Contractor, 1 complete set of all Documents comprising the Contract.22 B.Final Record Documents23 1.At a time nearing the completion of the Work and prior to Final Inspection, provide24 the City 1 complete set of all Final Record Drawings in the Contract.25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 MAINTENANCE DOCUMENTS 32 A.Maintenance of Job Set33 1.Immediately upon receipt of the job set, identify each of the Documents with the34 title, "RECORD DOCUMENTS - JOB SET".35 Nance Ranch Offsite City Project No. 105523PROJECTS 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 2.Preservation1 a.Considering the Contract completion time, the probable number of occasions2 upon which the job set must be taken out for new entries and for examination,3 and the conditions under which these activities will be performed, devise a4 suitable method for protecting the job set.5 b.Do not use the job set for any purpose except entry of new data and for review6 by the City, until start of transfer of data to final Project Record Documents.7 c.Maintain the job set at the site of work.8 3.Coordination with Construction Survey9 a.At a minimum clearly mark any deviations from Contract Documents10 associated with installation of the infrastructure.11 4.Making entries on Drawings12 a.Record any deviations from Contract Documents.13 b.Use an erasable colored pencil (not ink or indelible pencil), clearly describe the14 change by graphic line and note as required.15 c.Date all entries.16 d.Call attention to the entry by a "cloud" drawn around the area or areas affected.17 e.In the event of overlapping changes, use different colors for the overlapping18 changes.19 5.Conversion of schematic layouts20 a.In some cases on the Drawings, arrangements of conduits, circuits, piping,21 ducts, and similar items, are shown schematically and are not intended to22 portray precise physical layout.23 1)Final physical arrangement is determined by the Contractor, subject to the24 City's approval.25 2)However, design of future modifications of the facility may require26 accurate information as to the final physical layout of items which are27 shown only schematically on the Drawings.28 b.Show on the job set of Record Drawings, by dimension accurate to within 129 inch, the centerline of each run of items.30 1)Final physical arrangement is determined by the Contractor, subject to the31 City's approval.32 2)Show, by symbol or note, the vertical location of the Item ("under slab", "in33 ceiling plenum", "exposed", and the like).34 3)Make all identification sufficiently descriptive that it may be related35 reliably to the Specifications.36 c.The City may waive the requirements for conversion of schematic layouts37 where, in the City's judgment, conversion serves no useful purpose. However,38 do not rely upon waivers being issued except as specifically issued in writing39 by the City.40 B.Final Project Record Documents41 1.Transfer of data to Drawings42 a.Carefully transfer change data shown on the job set of Record Drawings to the43 corresponding final documents, coordinating the changes as required.44 b.Clearly indicate at each affected detail and other Drawing a full description of45 changes made during construction, and the actual location of items.46 c.Call attention to each entry by drawing a "cloud" around the area or areas47 affected.48 Nance Ranch Offsite City Project No. 105523PROJECTS 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 d.Make changes neatly, consistently and with the proper media to assure 1 longevity and clear reproduction.2 2.Transfer of data to other Documents3 a.If the Documents, other than Drawings, have been kept clean during progress of4 the Work, and if entries thereon have been orderly to the approval of the City,5 the job set of those Documents, other than Drawings, will be accepted as final6 Record Documents.7 b.If any such Document is not so approved by the City, secure a new copy of that8 Document from the City at the City's usual charge for reproduction and9 handling, and carefully transfer the change data to the new copy to the approval10 of the City.11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application 24 Nance Ranch Offsite City Project No. 105523PROJECTS CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105523 Revised July 1, 2011 APPENDIX GC-4.02 Subsurface and Physical Conditions GC-6.06D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105523 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK Ellerbee-Walczak, Inc. GEOTECHNICAL ENGINEERING & ,'� CONSTRUCTION MATERIALS TESTING SERVICES August 1, 2023 Beaten Path Development, LLC 700 Harwood Rd., Suite G-2 Hurst, Texas 76054 Attn: Justin Welborn Re Geotechnical Engineering Report Pavement Recommendations & Preliminary Residential Nance Project Avondale-Haslet Road Ft. Worth, Texas EWI Report No. BP226736R (Revised) Ellerbee-Walczak, Inc. (EWI) has completed the Preliminary Geotechnical Engineering Report for the above referenced project. This report was revised to include the requested recommendations for a major arterial and alley roadways. The results are presented in the attached report. Please do not hesitate to contact us if you have any questions regarding the information in this report or if we can be of any additional assistance. It has been a pleasure providing geotechnical services for this project. Ellerbee-Walczak, Inc. TBPE Firm No, F-4610 T: Neill 'rence, Jr., P.E. Manager Engineering ` �-� •�8 .:� ••I ,.,� �� ,� ,.. ., > �, � �� ��.�� k��� � �l r'��� r nr, �V��'.`,.. ...�i' �'�� �i .. -, 4. , .._...,,: �Ka,�. c���'t:,� .4�;�_;.,� . ' 4"'4`_^�, �'���'".�+,�'<�G��,?,��'�,'i *c�" �� +�• �:' � .. '�� � mi�' v!(,.,'`I�cihi°��',.a£'.." ��"�:�'�,"a;•-."z+:� `c Eduardo D. P�'maraz, BSCE Graduate Er(aineer 4501 Broadway Ave. • P.O. Box 14809 • Haltom City, Texas 76117 Office 817-759-9999 • Fax 817-759-1888 GEOTECHNICAL ENGINEERING REPORT PAVEMENT RECOMMENDATIONS & PRELIMINARY RESIDENTIAL NANCE PROJECT AVONDALE-HASLET ROAD FT. WORTH, TEXAS Prepared for: BEATEN PATH DEVELOPMNET, LLC Hurst, Texas EWI Report No. BP226736R August 2023 TABLE OF CONTENTS Page 1.0 SITE & PROJECT INFORMATION ...................................................................................... 1 2.0 SCOPE OF SERVICES ....................................................................................................... 1 3.0 FIELD OPERATIONS .......................................................................................................... 1 4.0 LABORATORY TESTING ................................................................................................... 2 5.0 SITE SUBSURFACE CONDITIONS .................................................................................... 2 6.0 GROUNDWATER ............................................................................................................... 3 7.0 ANALYSIS & RECOMMENDATIONS .................................................................................. 3 7.1 Preliminary Foundation Recommendations .............................................................. 3 7.1.1 Preliminary Post-Tensioned Foundation Systems ........................................... 4 7.2 Utilities .....................................................................................................................6 7.3 Earthwork/Site Grading ............................................................................................ 6 7.4 Site Drainage ........................................................................................................... 7 7.5 Pavement Recommendations .................................................................................. 7 7.5.1 Pavement Subgrade Preparation .................................................................... 7 7.5.2 Alley Pavement ............................................................................................... 9 7.5.3 Pavement Designs .......................................................................................... 9 7.5.4 Pavement Movements ................................................................................. 11 8.0 LIMITATIONS ....................................................................................................................11 APPENDIX Figure Planof Borings ........................................................................................................................... 1 BoringLogs ........................................................................................................................ 2 — 46 SoilClassification Chart ........................................................................................................... 47 WinPASOutput ........................................................................................................................ 48 GEOTECHNICAL ENGINEERING REPORT PAVEMENT RECOMMENDATIONS & PRELIMINARY RESIDENTIAL NANCE PROJECT AVONDALE-HASLET ROAD FT. WORTH, TEXAS 1.0 SITE 8� PROJECT INFORMATION The project site designated as the Nance project is located south of Avondale-Haslet Road and west of John Day Road, in the City of Fort Worth, Tarrant County, Texas. The site was mostly open with scattered trees, gas well pads, ponds and a creek. The site generally drains towards the creek. Conceptual construction consists of 1,043, one or two-story wood-frame/brick-veneer single- family residences with relatively light foundation loads and associated residential roadways. For the purpose of the preliminary geotechnical report, we will assume cuts/fills of ±2-feet will be required to establish finished individual pad grades. 2.0 SCOPE OF SERVICES The purpose of our geotechnical services for this site were to: • Evaluate the subsurface conditions encountered in the prliminary borings. • Evaluate the pertinent engineering properties of the recovered samples. • Provide preliminary recommendations concerning suitable types of foundation and floor slab systems for the proposed residences. • Provide recommendations for earthwork, paving and site grading. 3.0 FIELD OPERATIONS The subsurtace conditions of the site were evaluated by performing 45 preliminary borings, which were drilled generally along the proposed pavement ROW's from June 13 to June 21, 2022. The approximate boring locations are provided on the Plans of Borings (Figure 1) in the Appendix. The results of the field exploration program are presented on the Boring Logs (Figures 2 through 46) in the Appendix. A Soil Classification Chart containing the keys to symbols and the description of terms used on the boring logs are presented on Figure 47. A truck-mounted drilling rig with continuous flight augers were used to advance the preliminary borings. Soils were sampled using steel tubes. The samples were extruded in the field, logged, sealed, and packaged to preserve their in-situ moisture content and reduce disturbance during transportation to the laboratory. The load carrying capacity of the limestone encountered in the borings was evaluated in the field by performance of the Texas Department of Transportation's (TxDOT) Cone Penetration Test. Drilling and sampling were performed in general accordance with applicable ASTM and TxDOT procedures. � 1 BP226736R 4,0 LABORATORY TESTING The Boring Logs were reviewed by a geotechnical engineer who assigned soil samples for testing. Tests were performed in the laboratory by technicians working under the direction of the engineer. Testing was performed in general accordance with applicable ASTM procedures. Liquid and Plastic Limit tests were performed on samples of the cohesive soils. These tests were used in conjunction with moisture content for classification and estimating their volume change potential. An absorption swell test was performed on a selected sample of cohesive material to quantitatively evaluate volume change potential at the in-situ moisture levels. Hand penetrometer tests were performed on samples of the cohesive soils to evaluate consistency. The results of the laboratory tests are presented on the Boring Logs in the Appendix. Results of swell tests are presented below in Table 1. TABLE 1- SUMMARY OF SWELL TESTS Borin Depth LL g (feet) 1 8-10 50 [� 31 Initial Moisture ( %) 16.6 Final Surcharge Swell Moisture (pS� �o�o) (%� 5.0 SITE SUBSURFACE CONDITIONS 18.9 1125 0.9 The conditions encountered at each boring location are depicted on the Boring Logs in the Appendix. Descriptions of each strata with its approximated depth and thickness are provided. The depths reported on each log refer to the depth from the existing ground surface at the time the boring was performed. A brief description of the stratigraphy indicated by the preliminary borings is presented below. Dark brown, brown, tan and gray clay, silty clay and shaley clay soils, some with gravel and limestone fragments, seams and layers, were encountered at the surface (and some below limestone) of Borings 1 through 5 and 8 through 45; and extended to depths of about 11, 20 (Boring 2 termination), 2, 3, 2, 'h '/2 2'h 'h 6, 20 (Boring 13 termination), 20 (Boring 14 termination), 13, 15, 2'/z, 1, 1, '/2, 14, 1, 16, 13, 20 (Boring 25 termination), 20 (Boring 26 termination), 1, 5, 2, 9, 10, 1, 1, 20 (Boring 34 termination), 18, 18, 2, 2, 17, 1, 2, 1, 3, 2 and '/z foot below existing grades, respectively. The soils had Liquid Limits (LL) of 32 to 77 percent, Plasticity Indices (PI) of 21 to 51, classified as CL and CH according to the USCS and were firm to generally hard in consistency. Tan fractured limestone, with clay seams, was next encountered in Borings 2, 5, 6, 7, 14 and 44; and extended to depths of about 6, 4, 3, 4, 6 and 8 feet below existing grades. � 2 BP226736R Tan limestone, with clay seams, was next encountered in Borings 1 through 13, 15 through 20, 22 through 33, 35 through 39 and 40 through 45; and extended to depths of 18, 16, 15 (Boring 3 termination), 17, 13, 13, 13, 13, 14, 13, 12, 13, 13, 17, 18, 13, 13, 12, 14, 20 (Boring 23 termination), 18, 12, 12, 12, 13, 14, 15 (Boring 30 termination), 20 (Boring 31 termination), 18, 13, 20 (Boring 35 termination), 20 (Boring 36 termination), 14, 14, 13, 20 (Boring 41 termination), 20 (Boring 42 termination), 13, 13 and 13 feet below existing grades, respectively. Gray limestone was next encountered in Borings 1, 4 through 12, 15 through 22, 24, 27, 28, 29, 32, 33, 37, 38, 39, 40, 43, 44 and 45; and extended to termination depths of 20 feet below existing grades. The soils encountered above the limestone in the preliminary borings at this site are considered to be moderately active to highly active with respect to moisture-induced volume changes. The soils encountered in the borings have shrink and swell potential with seasonal moisture changes within the active zone. The active zone is limited to the top of the limestone. 6.0 GROUNDWATER The borings were advanced in the dry using auger-drilling techniques. This process allows relatively accurate short-term observations of groundwater while drilling. Seepage was observed while drilling in preliminary Borings 31 and 39 at depths of 13 and 14 feet, respectively. A water level of 10 and 14 feet was measured in the borings, respectively, after the completion of drilling. Seepage was not observed in preliminary Borings 1 through 30, 32 through 38 and 40 through 45 while drilling and these borings were observed to be dry after the completion of drilling. Groundwater levels will seasonally fluctuate due to variations in the amount of precipitation, evaporation and surface water runoff. Seepage can occur above and within the limestone, particularly during wet seasonal/annual cycles. Sporadic surFace seepage may occur where cuts or natural grade approach the top of limestone. In addition, groundwater conditions may change due to excessive landscape irrigation, tree root demand and from leaking buried utilities. 7.0 ANALYSIS & RECOMMENDATIONS 7.1 Preliminary Foundation Recommendations Some differential foundation movements can be expected, if post-tensioned, ground-supported, stiffened slab foundation systems are constructed at this site. Lightly loaded ground supported foundation systems placed on site subgrades will be subject to movement as a result of moisture-induced volume changes in the active soils. The more clayey soils expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement typically occurs as post construction heave. � � 3 BP226736R The potential magnitude of the moisture-induced movements is rather indeterminate. It is influenced by the soil properties, overburden pressures, thickness of clay strata and to a great extent by soil moisture levels at the time of construction. Based on the soils encountered in the borings, we estimate the potential magnitude of post-construction heave for slabs-on-grade placed near existing grades and on the order of 1'h inches to on the order of 4'/2 inches, or less, for lots in the areas of Borings 1 through 15, 17 through 22, 24 through 30 and 32 through 45. It is anticipated that that post-construction heave for slabs-on-grade for lots in the areas of Borings 16, 23 and 31 will be on the order of 5'/2 inches. It is estimated that slab movements of approximately 4 inches can generally be obtained by elevating the moisture contents of the existing soils by excavation and replacement to a minimum depth of 6 feet below finished pad grades for lots in the areas of Borings 16, 23 and 31. Fills added to the pads should be placed in a moisture conditioned state following the recommendations provided in the Earthwork/Site Gradina section of this report. Individual pads should have a total of 6 feet of moisture conditioned soils beneath the finished pad. The building pads should be covered with poly sheeting as soon as possible (or within 3 weeks) after completion of the moisture-conditioning process to prevent drying of the modified subgrade. The poly should extend a minimum 5 feet or extend to outermost edge of flatwork beyond the building lines and the poly sheeting be covered with a minimum of 6 inches but no greater than 12 inches of properly compacted soil for protection. PVR calculations are estimates based on assumptions that the area around the structures will be well drained (Properly Graded), landscape beds are not over-watered, and utility leaks are promptly repaired. Long term utility leaks can result in actual soil subgrade swelling in excess of the estimates discussed above. It is common to experience some distress to structures with slab-on-grade foundation systems due to ground movements. This can include cracks in brick walls, cracks in ground supported slabs, adjustment to doors and windows that can stick, and interior cracks in sheetrock walls. Cracks in exterior brick walls can be less noticeable with the use of closely spaced vertical joints. Potential vertical rise calculation for design of ground-supported, stiffened slab foundation systems are presented below. 7.1.1 Preliminary Post-Tensioned Foundation Svstems Post-tensioned or conventionally reinforced, ground-supported stiffened slab foundation systems must be designed to resist and/or tolerate potential vertical movements due to volume changes in the site soils without inducing unacceptable distress in the foundation or structural elements. These movements will typically occur as differential movement between the periphery and interior of the slab-on-grade system. �� 4 BP226736R A Preliminary Effective PI of about 36 can be considered for designing conventionally reinforced Slab-On-Grade (SOG) foundations. This was calculated assuming dry condition soils in the areas of Borings 1 through 15, 17 through 22, 24 through 30 and 32 through 45, a weighted PI = 36, a Slope Correction Coefficient = 1 and a Consolidation Correction Coefficient = 1. A Preliminary Effective PI of about 30 can be considered for designing conventionally reinforced Slab-On-Grade (SOG) foundations. This was calculated assuming 6 feet of moisture conditioned soils in the areas of Borings 16, 23 and 31, a weighted PI = 42, a Slope Correction Coefficient = 1 and a Consolidation Correction Coefficient = 0.7. PVR calculations are estimates based on assumptions that the area around the structures will be well drained (Properly Graded), landscape beds are not over-watered, and utility leaks are promptly repaired. Long term utility leaks can result in soil movements in excess of those estimated above. The following parameters assume that the subgrade beneath the slab should meet the requirements discussed in the Earthwork/Site Gradina section of this report. Adjacent flatwork such as sidewalks and pavements should be designed in such a way as to allow for differential movements between flatwork and the exterior perimeter of the structure foundations. Design parameters were developed for differential swell (ym) using the Post-Tensioning Institute's (PTI) slabs-on-ground (Third Edition) design method and the VOLFLO 1.5 computer program. The preliminary PTI design criteria based upon dry condition soils and moisture conditioned soils are presented in Tables 2 and 3. TABLE 2— PRELIMINARY PTI DESIGN CRITERIA Based on Dry Condition Soils Area of Borings 1 through 15, 17 through 22, 24 through 30 and 32 through 45 Center Lift (PTI 3�d Ed.) Edge Moisture Variation (em) Differential Swell (Ym) i Potential Vertical Rise (PVR) 7.6 ft. 1.7 in Edge Lift 4.0 ft. 2.3 in. About 4'/z inches, or less ' � � � 5 BP226736R TABLE 3— PRELIMINARY PTI DESIGN CRITERIA Based on 6' Moisture Conditioned Soils w/ poly Area of Borings 16, 23 and 31 (PTI 3�d Ed.) Center Lift Edge Lift Edge Moisture Variation (em) Differential Swell (Ym) Potential Vertical Rise (PVR) 7.6 ft. 4.0 ft. 1.6 in. 2.2 in. About 4 inches, or less Site grading can greatly affect the movements discussed above. The grade beams of the slab-on-grade foundation system should exert a maximum bearing pressure of 1,500 PSF on in-situ or properly compacted soils, 2,000 PSF for grade beams founded in/on fractured limestone or 1,200 PSF on moisture conditioned soils. These beams should extend a minimum of 12 inches below finished grade. A properly engineered and constructed vapor retarder should be provided beneath slab areas, which will be covered, carpeted, or sealed. 7.2 Utilities Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted on-site soils, rather than granular materials. A positive cut-off at the building line is recommended to help prevent water from migrating in the utility trench backfill. 7.3 Earthwork/Site Gradinq The on-site soils may be used as leveling fill for grading. Imported fill (select fill) should have a Liquid Limit of less than 36 percent and PI's of 4 to 15. The subgrade in areas to be filled and/or under residence structures, slopes and pavements should be stripped of vegetation and any debris present. The soil subgrade beneath fills should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 95 percent of ASTM D 698 at a minimum of +3 percent above the soil's optimum moisture determined by that test. The native fills should then be spread in loose lifts, less than 9 inches thick and uniformly compacted to the same criteria. Imported fill (select fill) may be placed at a minimum of 95 percent of ASTM D 698 at or above the soil optimum moisture. � 6 BP226736R If trees are removed within the perimeter of the house pads, the soil should be excavated to a depth beneath the root bulb and replaced to the same criteria presented above. The pad should be proof rolled with heavy pneumatic equipment. Any soft or pumping areas should be excavated to a firm subgrade and properly backfilled. It should then be scarified to a minimum depth of 6 inches and uniformly compacted to the same criteria presented above. If tree bulbs are not removed, the rooted areas may be in a desiccated state and the potential for heave may exist as moisture levels increase over time. 7.4 Site Drainape All grades should provide positive drainage away from the structures. Water ponding near or adjacent to the perimeter of the structures can result in soil movements exceeding those discussed in this report. Open ground should ideally be sloped at a minimum of 5 percent grade for at least 10 feet beyond the perimeter of the foundations. Flatwork will be subject to post-construction movement. Maximum grades practical should be used for flatwork to prevent areas where water can pond. In addition, allowances in final grades should take into consideration post-construction movement of flatwork, particularly if such movement would be critical. Where paving or flatwork abuts the structures, care should be taken that the joint is properly sealed and maintained to prevent the infiltration of surface water. Planters located adjacent to the structure should be designed to drain. Sprinkler mains should be located a minimum of five feet away from the building lines. If heads must be located adjacent to the structures, then service lines off the main should be provided. It should be advised that it is important to maintain moist ground conditions during prolonged periods of dry weather. If trees are planted or existing trees remain in proximity to a structure closer than 1 times the mature tree height, root barrier systems placed by a certified arborist should be considered. Roof drains should be extended a minimum of 5 feet away from the structures for grades less than 4 percent. 7.5 Pavement Recommendations 7.5.1 Pavement Subarade Preaaration Based on our experience with the soils encountered in this area are not known to have sulfates in sufficient concentration to indicate potential damage to Portland Cement Concrete or sulfate induced heave in a lime modified subgrade. For verification, EWI has performed soluble sulfate tests (EPA 9038) on 19 samples recovered from the borings at the location listed below, for the determination of soluble sulfate contents. � 7 BP226736R Sulfate Test Locations Stations: Boring 1, 0' to 1' Boring 2, 0' to 2' Boring 4, 0' to 2' Boring 5, 0' to 2' Boring 10, 0' to 1' Boring 12, 4' to 6' Boring 13, 0' to 2' Boring 15, 2' to 4' Boring 16, 6' to 8' Boring 23, 0' to 2' Boring 24, 2' to 4' Boring 28, 0' to 2' Boring 30, 4' to 6' Boring 31, 4' to 6' Boring 34, 2' to 4' Boring 35, 0' to 2' Boring 36, 4' to 6' Boring 39, 0' to 1' Boring 44, 0' to 2' Soluble Sulfate Content 220 Parts Per Million 153 Parts Per Million 180 Parts Per Million 173 Parts Per Million 167 Parts Per Million 180 Parts Per Million 187 Parts Per Million 147 Parts Per Million 167 Parts Per Million 167 Parts Per Million 180 Parts Per Million 480 Parts Per Million 560 Parts Per Million 147 Parts Per Million 140 Parts Per Million 187 Parts Per Million 167 Parts Per Million 167 Parts Per Million 207 Parts Per Million Subgrade soils will mostly consist of clay soils. The clay soils are subject to loss in support value with the moisture increases, which occur beneath pavements. These soils react with hydrated lime, which serves to improve and maintain their support value. Additional soluble sulfate testing should be performed of the exposed subgrade after the streets have been rough graded and any buried utilities (beneath the pavements) have been placed and sampled in accordance with the City of Fort Worth standards. For budgetary purposes, a minimum of 7 percent hydrated lime (TxDOT Item 264), by dry weight, can be anticipated for soil subgrade modification. Lime series testing should be performed at the same time when the soils are sampled for soluble sulfate testing. The lime should be thoroughly mixed and blended with the top eight inches of the subgrade (TxDOT, Item 260). Lime modification should extend a minimum of two feet beyond the back of curb. Portland cement concrete is required for new streets. We understand that the concrete required by the city will consist of class 3,600 psi concrete. The design standard minimum concrete thickness is 7 inches for streets designated as "Residential Collector" roadways, 6 inches for streets designated as "Residential" roadways and 9 inches for streets designated as "Arterial" roadways (Table 3.3, City of Fort Worth Pavement Design Manual). The concrete should have a minimum 28-day compressive strength of 3,600 psi and contain a minimum of 6± 1'h percent entrained air. As a minimum, both sections should be reinforced with No. 3 bars on 18-inch centers in both directions and No. 4 bars on 18-inch centers in both directions are required by the City of Fort Worth for the arterial and alley sections. � � 8 BP226736R The pavement will be subject to movements due to volume changes in the site soils. Flat grades should be avoided with positive drainage provided away from the pavement edges. Backfilling of curbs should be accomplished as soon as practical to prevent ponding of water. 7.5.2 Allev Pavement Alleys should be designed in accordance with the City of Fort Worth's Alley Section drawing 32 13 13-D509 (revised 6-10-22). Since the equipment will be on-site to perform lime modifications on the other roadways, it would make sense to substitute the 4 inch flex-base requirement for a 6 inch lime modified soil subgrade. The city requires a minimum 3,600 psi on rigid pavements. The above referenced section requires 6 inches of concrete with No. 4 bars on 18-inch centers in both directions. 7.5.3 Pavement Desiqns Pavement designs using rigid type pavements have been developed. These designs were analyzed using the AASHTO procedures (WinPAS 12) and were developed for average to worse case conditions (Aggregate of CBR = Unmodified clay soils beneath 8" Lime Modified Pavement Subgrade (Aggregate CBR = 15)). For the purposes of this analysis, we will assume the roadways will be classified as either residential collector or residential roadways. The design criterion includes a 25-year design life. The following design parameters were used in the pavement analysis: 3600 PSI Concrete — Residential Collector Concrete Section Thickness Initial Serviceability, po Terminal Serviceability, pt Reliability, R Overall Standard Deviation Overall Drainage Coefficient, Cd Load Transfer Coefficient Modulus of Subgrade Reaction, k 28-day Concrete Modulus of Rupture 28-day Elastic Modulus of Rupture Design Life Growth Factor 7.68 inches (Design 8 Inches) 4.5 2.25 85% 0.39 1.0 3.0 221 psi/ in 620 psi 4,000,000 psi 25 years 1.5 percent Based on the above parameters, the analysis for a 7.68-inch (7 inches minimum (Design 8 Inches) ) section of 3,600 PSI concrete yielded a Total Rigid ESAL of about 3,010,000. The WinPAS output sheet is attached to the appendix of this report. The analysis assumed that the concrete pavement is placed on a minimum of 8 inches of lime modified subgrade as discussed in the Pavement Subprade Preparation section. � � 9 BP226736R 3600 PSI Concrete — Residential Concrete Section Thickness Initial Serviceability, po Terminal Serviceability, pc Reliability, R Overall Standard Deviation Overall Drainage Coefficient, Cd Load Transfer Coefficient Modulus of Subgrade Reaction, k 28-day Concrete Modulus of Rupture 28-day Elastic Modulus of Rupture Design Life Growth Factor 6.18 inches (Design 6% inches) 4.5 2.25 85% 0.39 1.0 3.0 221 psi/ in 620 psi 4,000,000 psi 25 years 0.5 percent Based on the above parameters, the analysis for a 6.18-inch (Design 6'h Inches) section of 3,600 PSI concrete yielded a Total Rigid ESAL of about 931,000. The city minimum thickness for this type of roadway is 6 Inches. The WinPAS output sheet is attached to the appendix of this report. The analysis assumed that the concrete pavement is placed on a minimum of 6 inches of lime modified subgrade as discussed in the Pavement Subarade Preparation section. 3600 PSI Concrete — Arterial Concrete Section Thickness Initial Serviceability, po Terminal Serviceability, pc Reliability, R Overall Standard Deviation Overall Drainage Coefficient, Cd Load Transfer Coefficient Modulus of Subgrade Reaction, k 28-day Concrete Modulus of Rupture 28-day Elastic Modulus of Rupture Design Life Growth Factor 9.98 inches (Design 10 inches) 4.5 2.5 85% 0.39 1.0 3.0 230 psi/ in 620 psi 4,000,000 psi 30 years 2.5 percent Based on the above parameters, the analysis for a 6.18-inch (Design 10 Inches) section of 3,600 PSI concrete yielded a Total Rigid ESAL of about 13,000,000. The city minimum thickness for this type of roadway is 9 Inches. The WinPAS output sheet is attached to the appendix of this report. The analysis assumed that the concrete pavement is placed on a minimum of 8 inches of lime modified subgrade as discussed in the Pavement Subarade Preparation section. Concrete quality will be important in order to produce the desired flexural strength and long-term durability. A mix design should be submitted by the contractor and correlations between flexural strengths and compressive strengths verified if concrete strengths will be controlled by compressive strengths. � 10 BP226736R Contraction joints should be sawed as soon as practical and preferably within 5 to 12 hours after placing concrete. Joints should also be properly cleaned and sealed as soon as possible to avoid infiltration of water, small gravel, etc. Regular maintenance should be anticipated during the service life of the pavement. Cracks or failures that will develop should be properly sealed or repaired. 7.5.4 Pavement Movements The soils encountered in the borings are moderately active to highly active and subject to some volume changes with fluctuations in their moisture content. The clays expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement at the center of the pavement typically occurs as post construction heave. At the edge of the pavement, both shrinkage and swell could occur due to seasonal moisture fluctuations in response to rainfall and evapotranspiration. Pavements should be sloped to provide rapid drainage of surface water. Water allowed to pond on or adjacent to the pavements could saturate the subgrade and contribute to premature pavement deterioration. A minimum grade of 0.5% and preferably 1% is recommended for all pavements. Planters in central medium located adjacent to moisture conditioned subgrade/pavements should be designed to drain ideally discharged on flatwork. Sprinkler mains in mediums should be located as far as possible form the curb-lines. It should be advised that it is important to maintain consistent moisture conditions during prolonged periods of dry weather. Tree plantings are not recommended in the medium or near moisture conditioned subgrades. If trees are planted or existing trees remain in proximity to the roadways structure closer than 1 times the mature tree height, root barrier systems placed by a certified arborist should be considered. 8.0 LIMITATIONS The professional services performed for the preparation of this preliminary geotechnical report were accomplished in accordance with current and locally accepted geotechnical engineering principles and practices. The recommendations presented in this report are based upon the data obtained from widely spaced preliminary borings at the indicated locations and/or from other information discussed in this report. The subsurface conditions occurring between borings and across the site, or due to seasonal/annual climatic cycles may vary from those encountered in the borings. The nature of these variations may not become evident until during or after construction. Should subsurface conditions varying significantly from those described herein, EWI should be immediately notified to evaluate the effects on these recommendations and so supplemental recommendations can be provided. EWI's services should also be retained for the Preliminary review of design plans/specifications so comments can be made regarding interpretation of the geotechnical recommendations provided in this report, or to provide additional borings if soil variation is encountered during foundation placement. / � � % / 11 BP226736R The recommendations provided in this report were prepared for the exclusive use of our client. No warranties, expressed or implied, are intended or made. The information and recommendations provided in this report are applicable only for the design of the types of structure(s) described in the Site 8� Proiect Information section of this report and should not be used for any other structures, locations or for any other purposes. We should not be held responsible for the conclusions, opinions or recommendations made by others based upon the information submitted in this report. If changes to the design and/or location of this project as outlined in this report are planned, the recommendations provided in this report shall not be considered valid unless EWI reviews these changes and either verifies or amends this report in writing. Construction issues such as site safety support of excavations and dewatering procedures are the responsibility of others. The scope of services for this report does not include any environmental or biological assessments either specifically or implied. If the owner is concerned about the potential mold, fungi, bacteria, identification of contaminants or hazardous materials and conditions, etc., additional studies should be undertaken. EWI's capabilities include a full range of construction material testing and observation services. A qualified testing firm should be retained to provide testing and observation during excavation, grading, foundation and construction phases of this project. We will retain the samples recovered from the borings on this project for a period of 30 days subsequent to the submittal date printed on this report. After the 30-day period, the samples will be discarded unless otherwise notified by the owner in writing. / � � % / 12 BP226736R ^__���_�__ I�B-1, n 2 I �j i � ��} 3-8 I I E 1^-- f WE'�L � B-17 �,A� 1 ( . I1 T � I � � 1 I �_ 1 � I � 1 /' AVONDALE HASLET ROAD _ � _ � � � � _ _ _ J � � � I � g_3 �_4� g_s, ` p� B-\ I �� 7� � I I B-114 � I �I. � — - � I � � i 1 B-10 � \ B 11 B_�2 I 8-13 I B-16 � B-15 I //r \ i� � /� I / \ � 1 9 BZ/ � I a � r'' � �A ' ,, ` 1 WcLL �e � � �, pAr�l f5. I 8-20 , , 1 1 I 1 � � I I � � I 1 I I 1 �- - --• �� Ij � ..�LI_ � � �'AC� � I rr L -- -✓' 1 i i � � i �-B-42 — l�B-43 , � i � 8-28 �B-29— � � B-30`� — - - - - i �- _= Y ���_,.__�_____— __—__—__�� -- � - - � � I 8-45` 1 1 1 —� � 1 I I 1 1 �B-44I I YI 1 i � � I� .� LEGEND: � Boring Location . ---- Approximate Site Boundary � � Ellerbee Walczak, Inc. EWI Projecl: No. BP226736 PLAN OF BORINGS Preliminary Report including Pavement Recommendations Avondale Fort Worth, Texas - - � B_� , \ ! �ti4 \ \ / � Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6115122 COMPLETED 6/15l22 DRILLING ME"fHOD Continuous Fliqht Au9er NOTES U _ W � � O MATERIAL DESCRIPTION O � 0 j Dark brown clay - with limestone layers Tan limestone - with clay seams 5 \Tan and gray shaley clay \ - with limestone seams 10 \ \ - � Tan limestone - with clay seams 15 �� Gray limestone 20 Bottom of hole at 20 feet. BORING NUMBER B- 1 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION NIA GROUND WA'fER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT-ERBERG � � m . � W o _IMITS w O lL LL C � �� �' Z W N�� C in N =� � w 0~ ~~ U w � o � 3os � �.�-a >- OZ C�'1� �� �� � Q c p N Y � � � Q J J � J Z W m-F-d .. a - z � zi=a�C�l� � U a � � ST NR THD T = 12.0"/80 AU THD T = 0.75"/100 ST P= 4.5+ 17 50 19 31 AU 'fHD T = 1.0"/100 AU THD T = 0.5"/100 FIGURE 2 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6/15122 COMPLETED 6/15l22 DRILLING METHOD Continuous Flight Auqer NOTES U _ w � � J MATERIAL DESCRIPTION � � 0 J���/,� Brown clay � - with limestone layers _ � Tan fractured limestone - with clay seams 5 \Tan silty clay \ - with limestone seams - -\ \ - -\ 10 \ \ _ �\ \ _ �\ Tan limestone - with clay seams Tan and gray shaley clay - with limestone seams BORING NUMBER B- 2 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING DN AFTER DRILLING --- w �' AT�ERBERG Z � m . � w � IMITS w H O LL LL C F- � H' � Z J N O� C N N � n � w ❑~ ~~ � w O� � o���.na r OZ a� �� �� cA vai CO—`~a �c°� o �� JJ aJ gZ Z zra�o� a LL ST P= 4.5+ 17 77 26 51 THD T = 12.0"/66 AU THD T = 12.0"/68 SS N=20 SS N= 44 21 44 16 28 AU THD T = 3.0"/100 SS N= 15 28 59 22 37 Bottom of hole at 20 feet. FIGURE 3 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Develoament. LLC PROJECT NUMBER BP226736 DATE STARTED 6/15122 COMPLETED 6/15/22 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Dark brown clay - with limestone layers Tan limestone - with clay seams BORING NUMBER B- 3 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W o ,_ ATTERBERG �" } m . � W o �IMIT° w F- o ti LL � � � F- � Z w N���N� ?a �� ?� �� UW Oo � � Q m �FaYp � �O d� a� �Z Z cn � c� o v a � z�a�c�� ST P= 4.5+ 16 56 16 40 THD T = 11.0"/100 AU THD T = 1.25"l100 15 Bottom of hole at 15 feet. AU THD T = 0.375"/100 AU THD T = 1.5"/100 FIGURE 4 U a � a C� O� �O � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Develoument. LLC PROJECT NUMBER BP226736 DATE STAR'fED 6/17122 COMPLETED 6/17/22 DRILLING METHOD Continuous Fliqht Au4er NOTES U a� �� wv �� o � 0 MATERIAL DESCRIPTION Brown clay - with limestone seams Tan limestone - with clay layers BORING NUMBER B- 4 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT l"IME OF DRILLING DrY AT END OF DRILLING DN AFTER DRILLING --- `� ATERBERG � � m � W o _IMIT�, w o�i LL c F- j F- � Z J inO� C N N � 0' (�F- �~ ~~ Uw O� Q m���Yo � �o a� g� �z w v� ~ �a ❑ v a a � zra�c3� ST P= 4.5+ 17 68 24 44 SS N=51 1 THD T = 6.5"/100 AU THD T = 7.5"/98 AU THD T = 8.0"/100 Gray limestone AU THD T = 1.25"/100 Bottom of hole at 20 feet. FIGURE 5 Ellerbee-Walczak, Inc. � 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6/17/22 COMPLETED 6/17/22 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Dark brown clay - with limestone fragments Tan fractured limestone - with clay seams Tan limestone - with clay seams Gray limestone 15 20 Bottom of hole at 20 feet. BORING NUMBER B- 5 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION NIA GROUND WA'fER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT �ERB�RG � � m w o _IMI�� � oLL u' C � �� � Z w � N�w y� z� �w o� v� Ux O� a �,� �y�, �a �� �- �- w U� N � or ��.ad } Oz (g� g� cp� cn � m�Fa?� o �o JJ a� g? Z z�a�cy� a u. ST P= 4.5+ 17 61 21 40 SS N = 50/3.5" THD T = 2.75"/100 AU 'fHD T = 2.0"/100 AU THD T = 1.25"/100 AU THD T = 1.25"/100 FIGLIRE 6 U a � a c9 Q� �O � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6/16/22 COMPLETED 6/16/22 DRILLING METHOD Continuous Fliqht Auuer NOTES = U S w � � O MATERIAL DESCRIPTION � � 0 Tan fractured limestone - with clay seams Tan limestone - with clay seams 5 20 Gray limestone Bottom of hole at 20 feet. BORING NUMBER B- 6 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AF"fER DRILLING --- `� AT-ERBERG � a ° � w o _IMITS w m . ~ �� � c ~� �Z U H Z a 3 �� c� nd � a �� �� �� �w �� Q m c oaYO � OZ dJ J�Z W � �o � g- cn t' � d � U a g— Z z�d�c�� a � SS N = 35 AU I THD T = 3.0"/100 AU THD T = 1.5"/100 AU THD T = 0.75"/100 AU THD T = 0.5"/100 FIGURE 7 , EUerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Develoament, LLC PROJECT NUMBER BP226736 DATE STARTED 6/16/22 COMPLETED 6/16122 DRILLING METHOD Continuous Fliqht Auaer NOTES U 2 W � � O MATERIAL DESCRIPTION o � 0 Tan fractured limestone - with clay seams Tan limestone 5 - with clay seams 15 20 Gray limestone Bottom of hole at 20 feet. BORING NUMBER B- 7 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale. Fort Worth, TX GROUND ELEVATION N/A GROUND WA'fER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W `� � AT�ERBERG Z 3 � m . � w o _IMITS w oti � c � �H � Z W ���•-y� z� �W o� v� x �� a '� a N� y a� ��- �� �— �— Uw U�. � -�° ��a �� o�O a� a� g? Z Z�a�C7� a LL SS N = 49 SS N=36 , THD T = 3.0"/100 AU AU THD T = 1.25"/100 AU THD T = 0.75"/100 AU THD T = 0.5"/100 FIGURE 8 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6l21/22 COMPLETED 6/21122 DRILLING ME"fHOD Continuous Fliqht Auqer NOTES = U a� ac7 Q� �O C7 C�7 MATERIAL DESCRIPTION Dark brown cla� Tan limestone - with clay layers BORING NUMBER B- 8 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N!A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� ATTERBERG �- a m � w o '_IMITS w F}- o�� � c 1-� jZ V � 2 J Ul N�% C N N � v ��- �~ ~~ � W Oo Q m ��aYo � �o d� g� �z w v� �� c� o c� a g LL zra�c7� ST P = 4.5+ 7HD T = 6.5"/100 AU ' THD T = 0.75"/100 AU THD T = 1.5"l100 20 Gray limestone - with shale layers Bottom of hole at 20 feet. AU THD T = 0.75"/100 AU THD T = 0.5"/100 FIGURE 9 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STAR7'ED 6/20/22 COMPLETED 6/20122 DRILLING METHOD Continuous Fliqht Auqer NOTES U 2 W � � O MATERIAL DESCRIPTION � � 0 � , Dark brown clay Tan limestone - with clay seams BORING NUMBER B- 9 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W `� � AT�ERBERG Z � m � w � _IMIT� w o ii �� � j F' � Z J N O� C N N � a � w O~ ~~ U� O� � o � o�Y°� } Oz �� g� �z w � m�Fa �� o �o � a g_ Z z�a�c7� a � ST P = 4.5+ "fHD T = 4.25"/100 AU THD T = 11.0"/100 10 15 � 20 Gray limestone Bottom of hole at 20 feet. AU THD T = 12.0"/88 AU 1 THD T = 1.0"/100 AU THD T = 1.25"/100 FIGURE 10 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Develoament, LLC PROJECT NUMBER BP226736 DATE STARTED 6120/22 COMPLETED 6/20/22 DRILLING METHOD Continuous Fliqht Aucaer NOTES U 2 W � � O MATERIAL DESCRIPTION � � 0 Brown clay - with limestone layers 5 10 15 Tan limestone - with clay seams Gray limestone - with shale layers Bottom of hole at 15 feet. BORING NUMBER B-10 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVAI'ION N/A GROUND WATER LEVELS: AT 1'IME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W � AT�ERBERG Z a m w � .�1T$ w H oo �i " c � � H- } z W �� 6.- N� Z� �-W OF- UH- (~-jX �c � oL � � aa � � pZ d� .N� �� ��. � m �Fa 3a o �o JJ g� gz w a z zr-a�C7� a LL ST P= 4.5+ 11 60 23 37 THD T = 12.0"/56 AU THD T = 8.75"/100 AU THD T = 2.5"/100 AU THD T = 3.25"/100 FIGURE 11 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STAR'fED 6120/22 COMPLETED 6/20/22 DRILLING METHOD Continuous Flicaht Auaer NOTES U � � � � w� �� o � 0 MATERIAL DESCRIPTION ' Brown clay - with limestone fragments Tan limestone - with clay layers BORING NUMBER B-11 PAGE 1 OF 1 PRO.IECT NAME Preliminary Report PROJECT LOCATION Avondale. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT 1'IME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� Al-�ERBERG � a m � W o _IMIT� w H oii � c H j� Z J N O� C N N �� � W �~ ~~ U W O� � o � o�Ya '- Oz �� g� �z W � m=�-a �c�J o �o J a g_ Z z�a�c7� a LL ST P = 4.5+ � THD T = 12.0"/75 AU THD T = 5.5"/100 10 15 Gray limestone - with shale layers Bottom of hole at 15 feet. AU THD T = 0.375"/100 AU 'fHD T = 0.75"/100 iy����:��`a Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STAR7ED 6/21/22 COMPLETED 6/21/22 DRILLING METHOD Continuous Fliqht Auaer NOTES U ' 2 w � � O MATERIAL DESCRIPTION � � 0 - Ji�� Tan and brown clay � - with limestone fragments �Tan silty clay j/ _ % j _ � j j � j j Tan limestone - with clay seams 10 �� Gray limestone 15 20 Bottom of hole at 20 feet. BORING NUMBER B-12 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING DrY AFTER DRILLING --- '� A�ERBERG � } m . � W o IMIT� w H o�i � c � �H � Z J �O� � N N � n' �� �~ ~ ~ � W O� a 3L��n.a } oz �� g� �o cn � m ��a �� o �o JJ a� g? Z z�a�c7� a LL �� ST P= 4.25 3 46 15 I 31 P = 2.25 P = 2.25 AU THD T = 2.75"/100 AU "fHD T = 2.0"/100 AU THD T = 0.75"/100 18 43 I 14 29 FIGURE 13 Ellerbee-Walczak, In�. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Develoament. LLC PROJECT NUMBER BP226736 DATE STARTED 6/21122 COMPLETED 6/21l22 DRILLING METHOD Continuous Fliqht Auqer NOTES = U 2 W � � O MATERIAL DESCRIPTION � � 0 �Brown clay j/ _ �/ j Tan silty clay � - with limestone seams j j _ � j � j j Tan limestone - with clay seams ��� _ \ - -\ 15 \ \ _ \ � - -\ - -\ \ _ \ 20 \\ � Tan and gray clay Bottom of hole at 20 feet. BORING NUMBER B-13 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale. Fort Worth, TX GROLIND ELEVATION N/A GROIIND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AF"fER DRILLING --- } mN AT�ERBERG � . � w o ,1MITS � ~ o u- u' C I- �~ Z W ��v...y� Z� �W �1- UI- U �o a 3=��na }n pZ �g �g �p �v Q m C O a Y � � g O J J � J � Z W cn � � c� o v a a � z�a�c�� . ST P= 4.5+ 11 44 15 29 ST P = 4.5+ ST P= 4.5+ 12 44 15 29 AU THD T = 5.5"/100 ST P= 4.5+ 18 48 16 32 ST P = 4.5+ FIGURE 14 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City Texas 76117 Telephone: '817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6l17/22 COMPLETED 6t17/22 DRILLING METHOD Continuous Fliqht Auqer NOTES = U a� ac� Ov �O c� 0 MATERIAL DESCRIPTION Dark brown clay - with limestone fragments Tan fractured limestone - with clay seams Tan shaley clay BORING NUMBER B-14 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING DrY AT END OF DRILLING DN AFTER DRILLING --- a m`� ATERBERG � � w o IMIT� w � oLL LL � F� �� � Z J N tn � C N N � n � W �~ ~~ U w O� a 3L �� na �. OZ �� �� �0 cn N m�Fa 3� o �o �� a� g? Z zFa�d� a LL ST P= 4.5+ 14 41 17 24 SS N = 23 SS N=59 SS N = 43 ST P = 4.5+ ST P= 4.5+ 19 66 22 44 Bottom of hole at 20 feet. ST P = 4.5+ FIGURE 15 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Develoument, LLC PROJECT NUMBER BP226736 DATE STARTED 6/17/22 COMPLETED 6117122 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Dark brown clay BORING NUMBER B-15 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AF"fER DRILLING --- a m`� AT�ERBERG �' � W o _IMIT:' w F}- o ii LL � F. � F- � Z J NOi��v�ia� �a �w �H �F- UW �o � o u o mYa } oz �� g� �z w � m �Fa �� o �o � a a_ LL z�a�C7� 1 ST P= 4.5+ 19 51 19 32 ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ 15 20 Gray limestone Bottom of hole at 20 feet. Tan silty clay - with limestone fragments %/// Tan limestone - with clay seams ST P= 4.5+ 17 48 18 30 AU THD T = 0.0"/100 AU THD T = 1.5"/100 FIGURE 16 U a� a� Q �., � O (.7 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6/17/22 COMPLETED 6/17/22 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Dark brown clay BORING NUMBER B-16 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dnr AT END OF DRILLING Dry AFTER DRILLING --- W o � AT�ERBERG � a m � w o _IMIT� w � ou. LL C � �H � Z w �`v�o��`�Nia� ��' Nw �~ ~~ UW �� F- � — Q � � a��p � �O d� g� �Z w m_ra .. � 3� ❑ � a - z z�a�C�� a LL 1 ST P=4.5+ I ST P= 4.5+ 19 67 21 46 ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ Tan silty clay - with limestone fragments _ j j _ � j 15 � Tan limestone - with clay seams Gray limestone 20 Bottom of hole at 20 feet. ST P= 4.5+ 14 49 18 31 AU THD T = 1.5"/100 FIGURE 17 = U a � a c9 Ov �o C7 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Maltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6121122 COMPLETED 6121/22 DRILI_ING METHOD Continuous Fliqht Auqer NOTES U a � a c9 Q� �O � 0 MATERIAL DESCRIPTION Brown clay - with limestone layers Tan limestone - with clay layers BORING NUMBER B-17 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- �' A�ERBERG � a � � w o _IMITS � m . � � o� �c H j� Z a `� a`�ii� �� a�`> >� �H j~ �~ Uw O� Q m � oaYp � �O �� g� �z w t� � � C� � V a a � zHadc7� ST P= 4.5+ 15 53 20 33 THD T = 12.0"/57 AU THD T = 2.25"/100 AU THD T = 0.75"/100 AU THD T = 1.0"/100 Gray limestone Bottom of hole at 20 feet. AU THD T = 1.0"l100 FIGURE 18 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Develoament. LLC PROJECT NUMBER BP226736 DATE STARTED 6/21/22 COMPLETED 6/21122 DRILLING METHOD Continuous Fliqht Auqer NOTES U 2 w � � O MATERIAL DESCRIPTION � � 0 5 10 15 20 Brown clay Tan limestone - with clay seams Gray limestone - with shale seams Bottom of hole at 20 feet. BORING NUMBER B-18 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING DrY AFTER DRILLING --- " AT�ERBERG � w o � -, n. m w o 1MIT;= w ~ �LL LL c I—� jZ U � Z J N N� C y N � �" C/�w �� H� =�w Oo� � oL C�.�-�- r OZ C'J� �� �O f� � m �~a 7QCJ o �� �� a� Q� Z .7 zra�d� a �- ST P = 4.5+ THD T = 10.0"/100 AU THD T = 1.5"/100 AU THD T = 4.0"/100 AU THD T = 1.0"l100 AU I THD T= 0.75"/100 I FIGURE 19 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development. LLC PROJECT NUMBER BP226736 DATE STARTED 6/21l22 COMPLETED 6l21/22 DRILLING METHOD Continuous Fliqht Auaer NOTES U a $ a c7 Q_, �O C� 0 5 10 15 20 MATERIAL DESCRIPTION Brown clay Tan limestone - with clay seams Gray limestone - with shale layers Bottom of hole at 20 feet. BORING NUMBER B-19 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N!A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W �' AT"ERBERG Z a m � W o _IMIT� � H oii � c H j� � Z J ��� � y� z Q �w o� �� �x Oo N N � �7 � � L C` O.d } v QZ �� V%� �Q ��. Q m c oaYQ .� �O JJ gJ QZ W c� �' � d � U a a � z�a�c�� ST P= 4.5+ 11 60 20 40 "fHD T = 5.5"/100 AU THD T = 5.0"/100 AU THD T = 0.75"/100 AU THD T = 4.0"/100 AU THD T = 1.25"/100 FIGURE 20 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STAR'fED 6/21122 COMPLETED 6/21122 DRILLING METHOD Continuous Fliqht Auqer NOTES = U _ w � � J MATERIAL DESCRIPTION o � 0 % Brown clay - with limestone fragments Tan limestone - with clay seams !.7 BORING NUMBER B-20 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT 1'IME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- N AT�ERBERG � 3 a m � w o DIMIT� w H oli � c � �H � Z J wO� CiN a`� � �' (� W �~ ~~ U W O� a 3� ��,na �. OZ �� �� �jo cn � m=�a�� o �o JJ gJ g? Z zHa�c3� a u. ST P = 4.5+ � THD T = 6.0"/100 AU THD T = 0.75"/100 AU THD T = 1.5"/100 Gray limestone - with shale layers 15 20 Bottom of hole at 20 feet. AU THD T = 0.75"/100 AU "fHD T = 0.70"/100 FIGURE 21 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6121122 COMPLETED 6/21/22 DRILLING METHOD Continuous Fliqht Auqer NOTES U 2 w $ � O MATERIAL DESCRIPTION 0 � 0 �Brown clay � - with limestone fragments - � j _ � � � _ � j j Tan clay - with limestone seams Tan silty clay Gray limestone Bottom of hole at 20 feet. BORING NUMBER B-21 � PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROIIND ELEVATION N/A GROIIND WATER LEVELS: AT TIME OF DRILLING DrY AT END OF DRILLING Dry AFTER DRILLING --- w '� AT"ERBERG Z } -�° , � w o _IMITS w F- o ti LL � � � F- � Z uJ �� Q.. N� Z c�i HW OF. UF. Ux �e � y� � o.� �°c`� nd } n �Z �g Ng �� �... � m�Fa j� o �o JJ a� g? Z z�a�c�� a � ST P= 4.5+ 9 44 16 28 SS N = 25 ST P= 4.5+ 14 57 17 40 ST P = NA ST P= 3.0 12 37 11 26 AU , THD T = 1.75"/100 AU THD T = 1.5"l100 FIGURE 22 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development. LLC PROJECT NUMBER BP226736 DATE STARTED 6/21/22 COMPLETED 6/21122 DRILLING METHOD Continuous Fliqht Auqer NOTES = U _ W � � O MATERIAL DESCRIPTION � � 0 % Brown clay Tan limestone - with clay seams 5 _ � 10 . � � Gray limestone � 15 - with shale layers � � � Z � _ a C7 � � - � N N d m � _ _ Z � � J � - U 2 m = 20 � Bottom of hole at 20 feet. 0 w � BORING NUMBER B-22 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AF'fER DRILLING --- `� AT "ERBERG � a m . � w � _IMITS w ~ �LL LL � ~� �Z U H Z J � N� C N � � a � W � ~ ~ ~ � W O � � pL C �.ad �- QZ U' � �� �0 (n � m C F a?� O � � J J a J � z Z ZF�a'C7� a LL ST P=4.5+ I THD T = 6.75"/100 AU THD T = 0.375"/100 AU THD T = 12.0"/28 � AU 1 THD T = 1.0"/100 AU THD T = 2.0"/100 FIGURE 23 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6121122 COMPLETED 6/21/22 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Dark brown clay Brown clay Light brown clay - with gravel Tan silty clay - with limestone seams 15 j j j Tan limestone - with clay seams 20 Bottom of hole at 20 feet. BORING NUMBER B-23 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- a mN AT-ERBERG � � w o _IMIT$ w H o ii � � � � H � Z LLl ��Q...N� ZU �W 0� U� UX �� y� J N C N Q7 � Q (� � �� �� W U v Q m � oaYo � �o �� �� Nz w cn �� c� o c� a g � z�a�c�� � ST P=4.5+ ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ SS N=52 AU THD T = 0.75"/100 16 70 16 23 47 7 32 11 21 FIGURE 24 = U d � d C� Q� �O C9 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6116122 COMPLETED 6/16i22 DRILLING METHOD Continuous FliqhtAuqer NOTES U 2 W � � O MATERIAL DESCRIPTION o � 0 Brown clay - with limestone fragments BORING NUMBER B-24 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� ATERBERG � w o � -- a m w � _IMIT� w H o ii � c H �� �' Z a 3a Nc�na =n �w o� �� �O Oo ��._ ,. oz a_ g cn ¢ �°�oaYo � �p JJ � �z w cn ��a o � a a � zra�o� 1 ST P= 4.5+ 15 60 20 40 ST P=4.5+ I Gray and tan silty clay ST P= 4.25 11 44 14 30 _ ��/ � 10 / j � _ � / Tan and gray silty clay - with limestone fragments Tan limestone - with clay seams Gray limestone Bottom of hole at 20 feet. ST P = 1.5 ST P=4.5+ 10 AU THD T = 1.0"/100 AU THD T = 1.25"/100 FIGURE 25 Ellerbee-Walczak, Inc. 4501 Broadway Aveni.�e Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6/16/22 COMPLETED 6/16/22 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Brown clay - with limestone layers Tan limestone - with clay seams BORING NUMBER B-25 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT 1'IME OF DRILLING Dry AT END OF DRILLING DrY AFTER DRILLING --- W �' AT"ERBERG Z a m w o _IMIT� w � � � O �i �+- � H � � � Z a N���No��i ��- �� �� ��- c�W �o Q � � o a�`�Yo � �o d� g� �z w m _ F- �- .. c� 3 O � U a Z z�n:�d� a � ST P= 4.5+ 14 60 18 42 THD T = 11.0"/86 AU THD T = 4.0"/100 AU THD T = 3.25"/100 Tan and gray clay ST P= 4.5+ 19 55 21 34 Gray shaley clay Bottom of hole at 20 feet. ST P= 4.5+ 18 53 20 33 FIGURE 26 U a � a c7 Q,� �O C� 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6116122 COMPLETED 6116/22 DRILLING METHOD Continuous Fliqht Auqer NOTES = U 2 w � � O MATERIAL DESCRIPTION ❑ � 0 jDark brown clay - �Tan silty clay j - with limestone layers 5 � j _ . j � Tan limestone - with clay seams �0 - %////, Light brown clay j - � j 15 / j - -jj j _ � j/ _ �/ j/ Gray and tan clay _ �% j 2o j Bottom of hole at 20 feet. BORING NUMBER B-26 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- '� ATTERBERG � a m � W o �IMIT� w � LL� � ?v � H 0 '� NoN cin a` �� � W �~ �'~ V �� � or �� Qa' � Oz �g cng �p c�j�V � m ��a j� o �o J-� g=� g? Z z�a�C7� a LL ST P= 17 69 20 49 ST P = THD T = 9.0"/100 SS N = 50/4.0" AU THD T = 5.0"/100 SS N= 34 21 40 13 27 ST P= 4.5+ 20 41 13 28 FIGURE 27 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6/16l22 COMPLETED 6/16/22 DRILLING METHOD Continuous Fliaht Auqer NOTES U a +� a c9 Q,� �O � 0 5 10 � � - - � � 15 � � � z c� _ _ a c� � n - � � N N a m � - - z � � J � - - U 2 m = 20 U 0 W � MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay seams Gray limestone Bottom of hole at 20 feet. BORING NUMBER B-27 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING DrV AT END OF DRILLING Dry AFTER DRILLING --- W �' ,_ AT-ERBERG Z 0 a m _ � w � _IMIT£ w H oli � c H j� � Z J �o a� m a> > a �w �~ ~~ UW O� N N � Q m�oaYp � �O �—�'� g� �"z w cn ~ �CJ � U a a � z�a�Ci� � ST P= 4.5+ 14 59 21 38 THD T = 1.5"/100 r AU THD T = 2.75"/100 AU THD T = 1.0"/100 AU THD T = 0.75"/100 AU THD T = 0.75"/100 FIGURE 28 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6/13122 COMPLETED 6/13l22 DRILLING METHOD Continuous Fliaht Auqer NOTES MATERIAL DESCRIPTION Dark brown clay BORING NUMBER B-28 PAGE 1 OF 1 PROJECT NAME Preliminary Report PRO.,IECT LOCA'fION Avondale. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- �' AT-ERBERG � a � � w o _IMIT� w � m . o� LLc E-� �F- Ir Z uJ �` �.r N c°� z c> F=-w p� U� ~X O� g or �� Qa } a pZ �� �� �wo c�»'� Q C p N Y 0 � � O J J g J Z W m-Fd .. cn � o o c� a z zra�C7� a LL ST P = 4.25 ST P= 4.5+ 20 68 23 45 Tan limestone - with clay seams ST P = 4.5+ THD T = 2.0"/100 AU THD T = 2.0"/100 Gray limestone 15 Bottom of hole at 15 feet. AU THD T = 0.75"/100 FIGURE 29 U a � a c7 ov �o i� 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development. LLC PROJECT NUMBER BP226736 DATE STARTED 6/13/22 COMPLETED 6/13/22 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Dark brown clay Tan limestone - with clay seams Gray limestone 15 Bottom of hole at 15 feet. BORING NUMBER B-29 PAGE 1 OF 1 PROJECT NAME Preliminary Reaort PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVA'fION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- y AT-ERBERG � a m � w o _IMIT�� w H o�i �-c � �H } Z a � a`�iN'v� c� nd � n c~n� �� �� �Q �� Q m C O a Y 0 � � O � J g J � Z W tn ~ � CJ � V a d li ZHa2C7� � ST P= 4.5+ 17 61 20 41 THD T = 3.0"/100 AU THD T = 1.25"/100 i AU THD T = 125"/100 AU THD T = 0.5"/100 FIGURE 30 = U a � a c7 Q� �O � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6/13/22 COMPLETED 6/13/22 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Dark brown clay BORING NUMBER B-30 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING DrV AFTER DRILLING --- } mN AT"ERBERG ~ W o _IMIT� � H OLL � C � �H � Z w �� o�" N� z � �w �H UH x�o J tn N� � r'n N � a (n� �_ H_ (") W U..� Q m � oaYp � �O a� g� �z w v� � � cy o v a a � zFa�cl� ST P= 2.75 23 64 19 45 ST P = 4.5+ Tan and brown clay - with limestone seams ST P = 4.5+ ST P= 4.5+ 8 48 18 30 N = 50/125" SS Tan limestone - with clay seams AU THD T = 0.75"l100 Bottom of hole at 15 feet. FIGURE 31 U a� ac� Ov �O � 0 Ellerbee-Walczak, Inc. 4501 Broadvvay Avenue Maltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development. LLC PROJECT NUMBER BP226736 DATE STARTED 6116/22 COMPLE'fED 6176/22 DRILLING ME'fHOD Continuous Fliqht Auaer NOTES MATERIAL DESCRIPTION Dark brown clay - with limestone fragments Brown clay BORING NUMBER B-31 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale. Fort Worth, TX GROUND ELEVA'fION NIA GROUND WATER LEVELS: � AT TIME OF DRILLING 13.0 ft 1 AT END OF DRILLING 10.0 ft AFTER DRILLING --- '� AT-�ERBERG �- w o � -, � m W o _IMITE w oii � c F- �~ } Z� 0 J �o(ncN� �p, ljW �I- HF- UW �� � o� c � na � OZ �� �� �� Q m C O a Y � � S` Q J J g J Z W v� �� c� o c� a g � z�a:�c7� ' ST P= 4.5+ 17 67 20 47 ST P = 4.5+ ST P= 4.5+ 17 69 20 49 Brown and tan clay -with limestone fragments Tan clay ST P = 3.5 ST P= 4.0 20 59 19 40 Tan limestone - with clay seams AU 1 THD T = 1.75"l100 20 Bottom of hole at 20 feet. AU THD T = 1.5"/100 FIGURE 32 U a� ac� Q� �O � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, texas 76117 Telepho ne: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development. LLC PROJECT NUMBER BP226736 DATE STARTED 6/16/22 COMPLETED 6/16/22 DRILLING METHOD Continuous Fliaht Aucter NOTES U 2 w � � O MATERIAL DESCRIPTION o � 0 5 10 15 20 Brown clay - with limestone fragments Tan limestone - with clay seams Gray limestone Bottom of hole at 20 feet. BORING NUMBER B-32 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W '� � AT"ERBERG Z a � W o _IMIT� w � oii � c�7 � j� � Z J �� 6� y O Z Q � w 0� U� V)( �� a N � � � fA N � ... � � � � u.i c.i �. � ¢ m � °aYo � �o —��' � g� �z w cn � �ct o v a a LL z�a�c�� � ST P = 0.5 , THD T = 5.0"/100 AU THD T = 1.5"/100 AU THD T = 2.75"/100 AU THD T = 8.0"/88 AU THD T = 1.5"/100 FIGURE 33 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6/16/22 COMPLETED 6/16/22 DRILLING METHOD Continuous Flipht Auaer NOTES U a� a� Q" �O c� 0 5 10 15 I �f 20 MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay seams Gray limestone Bottom of hole at 20 feet. BORING NUMBER B-33 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING DrV AFTER DRILLING --- �' ATERBERG � nW. m � w o _IMIT� w ~ oLL � � ~� �Z U H Z J jD N� C N N � O' V�I— �� �� U w Oo� � � � o�Ya r �Z �� g� �z w � m �Fa 3a o �o � n. g— z z�a�c�� a � ST P= 4.5+ 7 60 22 38 THD T = 11.5"/85 AU THD T = 4.75"/100 AU THD T = 7.5"/100 AU T = 1.5"/100 THD AU THD T = 0.75"/100 FIGURE 34 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development. LLC PROJECT NUMBER BP226736 DATE STARTED 6/16/22 COMPLETED 6/16122 DRILLING ME'fHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Dark brown clay BORING NUMBER B-34 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth. TX GROUND ELEVATION N/A GROUND WA'fER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AF"fER DRILLING --- �' AT-ERBERG � � m . � w o JMITc w o� � � ~� �~ H Z �- �'���na �a u~j� �� �� �Q �? �' OZ g— N � � m �Fa �� o �o �� a� g? Z z�a�c�� n- �- 1 ST P= 4.5+ 19 64 22 42 ST P = 4.5+ Tan and brown clay - with limestone fragments Tan silty clay - with limestone fragments ST P= 4.5+ 14 50 16 34 ST P = 4.5+ ST P= 4.5+ 10 46 15 31 10 j j - � j/ _ �/ j Tan and gray silty clay � - with limestone fragments j _ � j j 15 / j/ _ �/ j/ _ �/ j _ % j j _ � j 20 j Bottom of hole at 20 feet. ST P= 4.5+ 15 49 16 33 ST P = 4.5+ I FIGURE 35 U a � a c9 Q� �O c� 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development. LLC PROJECT NUMBER BP226736 DATE STARTED 6/16/22 COMP�ETED 6116/22 DRILLING ME'fHOD Continuous Fliaht Auqer NOTES U a � a c7 Q,� �O c� 0 /// _ �, _ � _ y 5 10 MATERIAL DESCRIPTION Dark brown clay Brown clay - with limestone fragments Tan and gray silty clay - with limestone fragments Tan silty clay _ _ "// j j Tan limestone - with clay seams 20 Bottom of hole at 20 feet. BORING NUMBER B-35 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale. Fort Worth, TX GROUND ELEVATION NiA GROUND WA'fER LEVELS: AT TIME OF DRILLING DrY AT END OF DRILLING Dry AFTER DRILLING --- w '� „ Al`ERBERG Z 3 � m . � w o ,IMIT� w oLL LL � F-� �Z V � Z W y f A V% C N N �� � w �~ ~~ U w O� H �— � o==�.aa ,. oz c�� g� ;o �n � m ��a �a o �o JJ a� g? Z z�a�c7� a � 1 ST P=4.5+ I ST P = 4.5+ ST P= 4.5+ 13 53 18 ' 35 ST P = 4.5+ ST P= 4.5+ 11 41 13 28 ST P= 4.5+ 22 48 17 31 AU 7HD T = 2.0"J100 FIGURE 36 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telepho ne: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Develoament. LLC PROJECT NUMBER BP226736 DATE STARTED 6/21/22 COMPLETED 6/21/22 DRILLING METHOD Continuous Fliqht Auuer NOTES MATERIAL DESCRIPTION Dark brown clay BORING NUMBER B-36 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING DrY AT END OF DRILLING Dr1l AFTER DRILLING --- w 3 � AT�ERBERG Z � m , � w o _IMITS w oLL LL � ~� �Z I U F- Z . J N N(n C N� � Q (�w �~ H= �-%�xj,J �o � �- a 3���o.a } oz �� g� �o cn � m�Fa �a o �o JJ aJ g? Z z�a�C3� a � 1 ST P = 4.5+ � ST P= 4.5+ 20 52 17 35 ST P = 4.5+ Tan silty clay - with gravel ST P = 3.0 ST P= 2.5 19 37 14 23 Tan clay Tan limestone - with clay seams Bottom of hole at 20 feet. ST P = 4.5+ AU THD T = 4.0"/100 FIGURE 37 U a� ac� w� �O � � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Develoament, LLC PROJECT NUMBER BP226736 DATE STARTED 6/20J22 COMPLETED 6/20122 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIP'I'ION Dark brown clay - with limestone fragments Tan limestone - with clay seams Gray limestone 15 20 Bottom of hole at 20 feet. BORING NUMBER B-37 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCA"fION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING DN AFTER DRILLING --- �' ATTERBERG � 3 � -�° � W o , IMITS w H O li LL C � �� � Z LL1 ��a...N� Z� �W �� U�. UX 0� N � a 3t �� na } n pZ �� �� F-p �.� Q m � oaYo � �o JJ g� �z w v� ~ �d � V a a � z�a�c�� ST P= 15 66 23 43 SS N=54 , THD T = 3.5"/100 AU THD T = 3.0"/100 AU , THD T = 1.5"/100 AU THD T = 0.75"/100 FIGURE 38 U I a � a c9 Q� �O � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development. LLC PROJECT NUMBER BP226736 DATE STARTED 6l17/22 COMPLETED 6117/22 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay seams Gray limestone 15 20 Bottom of hole at 20 feet. BORING NUMBER B-38 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale. Fort Worth. TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING DrV AFTER DRILLING --- w a`� ATTERBERG � -- a m � w� I,IMITG w H oii LL � � �H � Z W ����. y� z � �Z a �_ X o� a H�, `ya� �� � �~ �~ UW c�� � ot �� Qa } oZ c�� g� �o � � O a�Yp � �O �J J Z W � m c~a'� � U a a � z�a�c�� ST P= 4.5+ 17 63 23 40 SS N=51 � THD T = 3.0"/100 AU THD T = 2.0"/100 AU , THD T = 1.5"/100 AU THD T = 0.75"/100 FIGURE 39 U a� ac� Q� �o c� 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6/21/22 COMPLETED 6/21/22 DRILLING METHOD Continuous Fliaht Auaer NOTES U 2 W� � O MATERIAL DESCRIPTION o � 0 - �Dark brown clay �/ _ �/ j _ � j j Brown silty clay BORING NUMBER B-39 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: � AT TIME OF DRILLING 14.0 ft 1 AT END OF DRILLING 14.0 ft AFTER DRILLING --- " ATTERBERG � w 3 � LIMITS w a � � Wo m . ~ aLL � � ~� �Z U H Z J N N� � N N � a � W �~ ~~ U W O o a 3r ��.o.a � oz cy� g� �o cn � m��a =� o �o JJ aJ g? Z zHa�c�� a � 1 ST P=4.5+ ST P= 4.5+ 12 37 13 24 ST P= 4.5+ 12 47 17 30 Tan and gray clay ST P= 4.5+ 17 I Tan clay - with gravel Tan and gray clay Gray limestone - with shale layers 20 Bottom of hole at 20 feet. ST P= 4.0 14 57 19 38 ST P= 4.5+ 18 38 14 24 AU THD T = 4.0"/100 FIGURE 40 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Develoament. LLC PROJECT NUMBER BP226736 DATE STARTED 6/20/22 COMPLETED 6/20/22 DRILLING METHOD Continuous Fliaht AuQer NOTES = U _ W � � O MATERIAL DESCRIPTION � � 0 5 10 15 20 Dark brown clay Tan limestone - with clay seams Gray limestone Bottom of hole at 20 feet. BORING NUMBER B-40 PAGE 1 OF 1 PROJECT NAME Preliminary Reaort PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVA'fION NIA GROUND WATER LEVE�S: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- �' AT-ERBERG � a m � W o _IMIT;; w � o ti LL � � � I- � Z J N O� C N d � n � W �~ ~~ U w O� � O L � � C.d } � Z (�j � � � � � in � m c�a?Q� Q �� JJ aJ �z Z Z�a�C�� a LL � ST P= 4.5+ 14 62 22 40 SS N = 50/5.0" AU THD T = 3.0"/100 AU THD T = 1.5"/100 AU THD T = 3.0"/100 AU THD T = 0.5"/100 FIGURE 41 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development. LLC PROJECT NUMBER BP226736 DATE STARTED 6l21/22 COMPLETED 6/21/22 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Dark brown clay Tan limestone - with clay seams BORING NUMBER B-41 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W �' � AT�ERBERG Z a m � W o _IMIT� w H o ti � � � � I- � Z J y�tn � N� � a (/)w �H' �-F' C..)w �o a ; � � � na } Oz �� �� �� vJ Q m� oaYo � �p JJ g.� z w I� ~ '� � v a a � zr=a�c�� ST P= 4.5+ 17 64 22 42 AU THD T = 1.75"/100 15 20 Bottom of hole at 20 feet. AU THD T = 1.25"/100 AU 'fHD T = 1.0"/100 AU THD T = 0.75"/100 FIGURE 42 = U a� a� Q� �O � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6121/22 COMPLETED 6/21/22 DRILLING METHOD Continuous Fliqht Auaer NOTES U a � a c9 Q� �O C7 0 5 10 15 20 MATERIAL DESCRIPTION Dark brown clay Tan limestone - with clay seams Bottom of hole at 20 feet. BORING NUMBER B-42 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry _ AFTER DRILLING --- N ATERBERG � w � }a m w � ,1MIT� � F- o ii � c H � F- � Z d 3 d�'u� °c3 nd =� pZ �g �g F-p Oo Q m�oaYp � gO �� �J �Z W � ~ �d � U a a LL zHa�C�� � ST P= 4.5+ 18 70 23 47 AU THD T = 2.25"/100 AU THD T = 1.25"/100 I AU THD T = 1.0"/100 AU THD T = 0.75"/100 FIGURE 43 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Maltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development. LLC PROJECT NUMBER BP226736 DATE STARTED 6/20/22 COMPLE7ED 6120/22 DRILLING METHOD Continuous Fliqht Auaer NOTES MATERIAL DESCRIPTION Dark brown clay - with limestone seams Tan limestone - with clay seams BORING NUMBER B-43 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVA710N N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- w o � AT�ERBERG � a m W o _IMIT:' F H oii � c � �H � Z W N����� ?Q N� p� �� Vo Oo a � N na � � � H Q m � oaYp � �O �� g� �z w cn ~ � c� o v a a � z�a�c7� ST P = 4.5+ SS N = 50/3.0" , THD T = 5.0"/100 AU THD T = 4.0"/100 15 20 Gray limestone Bottom of hole at 20 feet. I AU THD T = 1.25"/100 AU THD T = 1.0"/100 FIGURE 44 U a � a C� W,. �O � � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development, LLC PROJECT NUMBER BP226736 DATE STARTED 6I20/22 COMPLE7ED 6120/22 DRILLING METHOD Continuous FliqhtAuqer NOTES MATERIAL DESCRIPTION Dark brown clay Tan fractured limestone - with clay seams Tan limestone - with clay seams Gray limestone 15 20 Bottom of hole at 20 feet. BORING NUMBER B-44 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale, Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- w '� AT�ERBERG Z } m � w o _IMIT:' w H oii �� H j� Z LLJ ��Q....�� Zv HW O� U� UX �o a ��N°�nd �a t/)� �� �� �o U,� 3r ��._ } oz c7_ g v� � m�Fa �a o �o JJ a� g? Z z�d�c7� a � ST P= 4.5+ 17 62 22 40 SS N=41 SS N = 5014.0" AU THD T = 5.0"/100 AU "fHD T = 1.5"/100 AU THD T = 1.25"/100 FIGURE 45 U a � a c9 O" �O c� 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT Beaten Path Development. LLC PROJECT NUMBER BP226736 DATE STARTED 6/21/22 COMPLETED 6/21/22 DRILLING METHOD Continuous Fliqht Auaer NOTES _ � a� a� Q� �O � 0 MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay layers BORING NUMBER B-45 PAGE 1 OF 1 PROJECT NAME Preliminary Report PROJECT LOCATION Avondale. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- a mN AT-ERBERG � � w � .IMITS w 1}- o ii � � H. �� � Z J � yO(n C�� � p_ � W �� �� V W Oo � oL°� c� ca � Oz �� �� ND u� � m C� a 3 Q� Q � O J J g J � Z W a z zHa�c�� a �- ST � THD T = 7.25"/100 AU THD T = 1.0"/100 AU THD T = 0.375"/100 20 Gray limestone - with shale layers Bottom of hole at 20 feet. AU 'fHD T = 1.25"/100 AU THD T = 1.0'Y100 FIGURE 46 SOIL CLASSIFICATION CHART COARSE GRAINED SOILS MORE THAN 50% OF MATERIAL IS LARGER THAN NO. 200 SIEVE SIZE FINE GRAINED SOILS MORE THAN 50% OF MATERIAL IS SMALLER THAN NO. 200 SIEVE MAJOR DIVISIONS SYMBOLS GRAVEL AND GRAVELLY SOI LS MORE THAN 50% OFCOARSE FRACTION RETAINED ON NO. 4 SIEVE SAND AND SANDY SOILS MORE THAN 50% OF COARSE FRACTION PASSING ON NO. 4 SIEVE SILTS AND CLAYS GRAPH I LETTER ► �. CLEAN ���: �� GW GRAVELS �� S ��. �� o �� o �� (LITTLE OR NO FINES) �o �Oo � GP ,O � 00 ,��o..� GRAVELS WITH o� �o�p GM FINES �Q � 00 � (APPRECIABLE �� GC AMOUNT OF FINES) CLEAN SANDS $W (LITTLE OR NO FINES) :: SP SANDS WITH SM FINES �.. .:: . /. . (APPRECIABLE SC AMOUNT OF FINES) � i ML jLIQUID LIMIT j CL LESS THAN 50 / �-= OL SIZE / A DS LIQUID LIMIT � j CLAYS GREATER THAN 50 ._.�..�.�.�. �.,. . n.�s�.�.�.�.�. ;t�M��;r,r;�� HIGHLY ORGANIC SOILS �� �1 �� �� �� �� �� ' �� �, .� �, �� �, �� �, NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERI_INE SOIL CLASSIFICATION; MH CH � PT TYPICAL DESCRIPTIONS WELL-GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES POORLY-GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES SILTY GRAVELS, GRAVEL - SAND - SILT MIXTURES CLAYEY GRAVELS,GRAVEL-SAND- CLAY MIXTURES WELL-GRADED SANDS, GRAVELLY SANDS. LITTLE OR NO FINES POORLY-GRADED SANDS, GRAVELLY SAND, LITTLE OR NO FINES SILTY SANDS, SAND - SILT MIXTURES CLAYEY SANDS, SAND - CLAY MIXTURES INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SAND OR SILTY SOILS INORGANIC CLAYS OF HIGH PLAS7ICITY ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC CONTENTS Figure 47 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Project Name: Arterial Route: Location: Fort Worth, TX Owner/Agency: Design Engineer: Rigid Pavement Design/Evaluation Concrete Thickness 9.98 inches Load 7ransfer Coefficient Total Rigid ESALs 13,000,000 Modulus of Subgrade Reaction Reliability 85.00 percent Drainage Coefficient Overall Standard Deviation 0.39 Initial 5erviceability Flexural Strength 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subarade Reaction Ik-valuel Determination Resilient Modulus of the Subgrade Unadjusted Modulus of Subgrade Reaction Depth to Rigid Foundation Loss of Support Value (0,1,2,3) Modulus of Subgrade Reaction Tuesday, August 1, 2023 1:31:04PM Enqineer: 0.0 0 0.00 0.0 230 psi/in. 3.00 230 psi/in. 1.00 4.50 2.50 � GC-6.06.D Minority and Women Owned Business Enterprise Compliance Page 1 of 1 Nance Ranch Offsite City Project No. 105523 GC-6.06.D MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE COMPLIANCE ATTACHMENT 1A Page 1 of 4 City of Fort Worth Business Equity Utilization Form Disadvantaged Business Enterprise Utilization Form (Applicable if Federally-Funded) PRIME/OFFEROR/OWNER COMPANY NAME: BID DATE: PROJECT NAME: PROJECT NUMBER:City’s Business Equity Goal: MBE WBE DBE HUB VOSB/ SDVOSB Section 3 Not Certified Check all applicable boxes to describe Prime/Offeror/Owner's Classification: Certifying Agency:NCTRCA D/FW MSDC TX DOT WBCS Other: Ethnicity:African American Hispanic Native American Asian Caucasian Female Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors Gender:Male % Offeror’s Business Equity (or DBE) Commitment: ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth (Exception: Developer projects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. The marketplace is the City of Fort Worth including portions of Denton, Parker, Wise, and all of Tarrant, Dallas, and Johnson counties. Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona-fide minority or women business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council-Southwest (WBCS). If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner-operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from non-Business Equity firms, including owner-operated, but will only receive credit for the fees and commissions earned by the Business Equity as outlined in the lease agreement. Federally-funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal. Non-Binary (Check if addressing DBE Goal)% Effective 01/01/2021 Updated 02/07/2025 ATTACHMENT 1A Page 2 of 4 Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non-Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non-Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self-performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self-performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required)Specify Tier Name 1st Tier Certification Agency Gender and Ethnicity: Business Name: Address: Phone: Email: Contact Person: Type of Service/Supplies: $ AMOUNT: Male FemaleCertified By: NCTRCA TXDOT Type of Service/Supplies: $ AMOUNT: Certified By: NCTRCA TXDOT Type of Service/Supplies: $ AMOUNT: Certified By: NCTRCA TXDOT $ AMOUNT: Certified By: NCTRCA TxDOT African American WBCS D/FW MSDC WBCS DFW MSDC Male Female Male Female WBCS DFW MSDC African American African American Business Equity Utilization Form Non-Binary Other: Hispanic Native American Asian Caucasian Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Other: Other: Asian Caucasian Hispanic Asian Caucasian Hispanic Native American Native American Non-Binary Non-Binary Effective 01/01/2021 Updated 02/07/2025 NAICS Code: NAICS Code: NAICS Code: Check this box if certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. Please list certified Business Equity firm names as listed on their certification, including DBA names. ATTACHMENT 1A Page 3 of 4 Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required)Specify Tier Name 1st Tier Certification Agency Gender and Ethnicity: Business Name: Address: Phone: Email: Contact Person: Type of Service/Supplies: $ AMOUNT: Male FemaleCertified By: Type of Service/Supplies: $ AMOUNT: Certified By: Type of Service/Supplies: $ AMOUNT: Certified By: WBCS WBCS Male Female Male Female WBCS Non-Binary D/FW MSDC NCTRCA TXDOT Other: Hispanic Native American African American Asian Caucasian Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: DFW MSDC NCTRCA TXDOT Other: DFW MSDC NCTRCA TXDOT Other: African American Asian Caucasian Hispanic African American Asian Caucasian Hispanic Native American Native American Non-Binary Non-Binary Type of Service/Supplies: $ AMOUNT: Certified By: Male Female WBCS Business Name: Address: Phone: Email: Contact Person: DFW MSDC NCTRCA TXDOT Other: African American Asian Caucasian Hispanic Native American Non-Binary NAICS Code: NAICS Code: NAICS Code: NAICS Code: Effective 01/01/2021 Updated 02/07/2025 FORT WORTH ---.. �Business Equity Utilization Form Total Dollar Amount of Certified Prime/Offerer Services towards contract goal Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers Total Dollar Amount of Non-Business Equity Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ $ $ $ 0 226,000.00 0.00 4,567,337.70 ATTACHMENT 1A Page 4 of 4 The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non-Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Authorized Signature Estimator/Project Coordinator Title Belt Construction of Texas, LLC Company Name PO Box 867 Address Texarkana, TX 75504 City/State/Zip Code Department of Diversity and Inclusion -Business Equity Division Email: DV1N_BE0ffice@fortworthtexas.gov Ph: 817-392-2674 David Latham Printed Signature Contact Name and Title (if different) 870-772-7216 Phone Number david@beltinc.com Email Address May 15, 2025 Date Effective 01/01/2021 Updated 02/07/2025 ATTACHMENT 1B Page 1 of 1 Rev. 02/07/2025 City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe Prime M/WBE NON-MWBEPROJECT NAME: BID DATE City’s MBE Project Goal: % Offeror’s MBE Project Commitment: % PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by Bonfire to the Project Manager no later than 2:00 p.m., on the third City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. YES NO Will you perform this entire contract without suppliers? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. YES NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. ______________________________________ ___________________________________________ Authorized Signature Printed Signature ______________________________________ ___________________________________________ Title Contact Name (if different) ______________________________________ ___________________________________________ Company Name Phone Number Fax Number ______________________________________ ___________________________________________ Address Email Address ______________________________________ ___________________________________________ City/State/Zip Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Pate Easterling ATTACHMENT 1C Page 1 of 4 Effective 02/07/2025 City of Fort Worth Business Equity Division Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: Check applicable box to describe Prime/Offeror's Certification Business Equity Firm Non-Business Equity FirmPROJECT NAME: BID DATE Business Equity Goal: % Offeror’s Business Equity Goal Commitment: % PROJECT NUMBER If the Offeror did not meet the Business Equity Goal for this project, the Prime/Offeror must complete this form. If the Prime/Offeror’s method of compliance with the Business Equity Goal is based upon demonstration of a “Good Faith Effort”, the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Project Manager on Bonfire no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non-Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities ATTACHMENT 1C Page 2 of 4 Date of Listing _______________ 2.) Obtain a current (not more than six (6) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. Yes No 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that “undeliverable confirmation” received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or “undeliverable confirmation” documentation may render the GFE non-responsive.) Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is returned as undeliverable, then that “undeliverable message” receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or “undeliverable message” documentation may r ender the GFE non-responsive.)No NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must provide supporting documentation to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? Yes Yes 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? No 5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes No No No Effective 02/07/2025 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? (If yes, attach all copies of quotations.) Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. No Yes No 9.) Was the contact information on any of the listings not valid? 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Effective 02/07/2025 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City’s Business Equity Division. _______________________________________ Authorized Signature _______________________________________ Title _______________________________________ Company Name ______________________________________ Address _______________________________________ City/State/Zip _______________________________________ Printed Signature _______________________________________ Contact Name and Title (if different) _______________________________________ Phone Number _______________________________________ Email Address _______________________________________ Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Effective 02/07/2025 GC-6.07 Wage Rates Page 1 of 1 Nance Ranch Offsite City Project No. 105523 GC-6.07 WAGE RATES CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator 15.32$              Asphalt Paving Machine Operator 13.99$              Asphalt Raker 12.69$              Broom or Sweeper Operator 11.74$              Concrete Finisher, Paving and Structures 14.12$              Concrete Pavement Finishing Machine Operator 16.05$              Concrete Saw Operator 14.48$              Crane Operator, Hydraulic 80 tons or less 18.12$              Crane Operator, Lattice Boom 80 Tons or Less 17.27$              Crane Operator, Lattice Boom Over 80 Tons 20.52$              Crawler Tractor Operator 14.07$              Electrician 19.80$              Excavator Operator, 50,000 pounds or less 17.19$              Excavator Operator, Over 50,000 pounds 16.99$              Flagger 10.06$              Form Builder/Setter, Structures 13.84$              Form Setter, Paving & Curb 13.16$              Foundation Drill Operator, Crawler Mounted 17.99$              Foundation Drill Operator, Truck Mounted 21.07$              Front End Loader Operator, 3 CY or Less 13.69$              Front End Loader Operator, Over 3 CY 14.72$              Laborer, Common 10.72$              Laborer, Utility 12.32$              Loader/Backhoe Operator 15.18$              Mechanic 17.68$              Milling Machine Operator 14.32$              Motor Grader Operator, Fine Grade 17.19$              Motor Grader Operator, Rough 16.02$              Off Road Hauler 12.25$              Pavement Marking Machine Operator 13.63$              Pipelayer 13.24$              Reclaimer/Pulverizer Operator 11.01$              Reinforcing Steel Worker 16.18$              Roller Operator, Asphalt 13.08$              Roller Operator, Other 11.51$              Scraper Operator 12.96$              Servicer 14.58$              Small Slipform Machine Operator 15.96$              Spreader Box Operator 14.73$              Truck Driver Lowboy‐Float 16.24$              Truck Driver Transit‐Mix 14.14$              Truck Driver, Single Axle 12.31$              Truck Driver, Single or Tandem Axle Dump Truck 12.62$              Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$              Welder 14.84$              Work Zone Barricade Servicer 11.68$              2013  PREVAILING WAGE RATES The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by  the United States Department of Labor and current as of September 2013.  The titles and descriptions for the  classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway,  Heavy, Utilities, and Industrial Construction in Texas.   (Heavy and Highway Construction Projects) Page 1 of 1 CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic  $             25.24  AC Mechanic Helper  $             13.67  Acoustical Ceiling Installer  $             16.83  Acoustical Ceiling Installer Helper  $             12.70  Bricklayer/Stone Mason  $             19.45  Bricklayer/Stone Mason Trainee  $             13.31  Bricklayer/Stone Mason Helper  $             10.91  Carpenter  $             17.75  Carpenter Helper  $             14.32  Concrete Cutter/Sawer  $             17.00  Concrete Cutter/Sawer Helper  $             11.00  Concrete Finisher  $             15.77  Concrete Finisher Helper  $             11.00  Concrete Form Builder  $             15.27  Concrete Form Builder Helper  $             11.00  Drywall Mechanic  $             15.36  Drywall Helper  $             12.54  Drywall Taper  $             15.00  Drywall Taper Helper  $             11.50  Electrician (Journeyman) $             19.63  Electrician Apprentice (Helper) $             15.64  Electronic Technician  $             20.00  Floor Layer  $             18.00  Floor Layer Helper  $             10.00  Glazier  $             21.03  Glazier Helper  $             12.81  Insulator    $             16.59  Insulator Helper  $             11.21  Laborer Common  $             10.89  Laborer Skilled  $             14.15  Lather  $             12.99  Metal Building Assembler  $             16.00  Metal Building Assembler Helper  $             12.00  Metal Installer (Miscellaneous) $             13.00  Metal Installer Helper (Miscellaneous) $             11.00  Metal Stud Framer  $             16.12  Metal Stud Framer Helper  $             12.54  Painter  $             16.44  Painter Helper  $               9.98  Pipefitter  $             21.22  Pipefitter Helper  $             15.39  Plasterer  $             16.17  Plasterer Helper  $             12.85  Plumber  $             21.98  Plumber Helper  $             15.85  Reinforcing Steel Setter  $             12.87  (Commercial Construction Projects) 2013  PREVAILING WAGE RATES Page 1 of 2 Reinforcing Steel Setter Helper  $             11.08  Roofer  $             16.90  Roofer Helper  $             11.15  Sheet Metal Worker  $             16.35  Sheet Metal Worker Helper  $             13.11  Sprinkler System Installer  $             19.17  Sprinkler System Installer Helper  $             14.15  Steel Worker Structural  $             17.00  Steel Worker Structural Helper  $             13.74  Waterproofer  $             15.00  Concrete Pump  $             18.50  Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel  $             19.31  Forklift  $             16.45  Foundation Drill Operator  $             22.50  Front End Loader  $             16.97  Truck Driver  $             16.77  Welder  $             19.96  Welder Helper  $             13.00  The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted  and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman  Trubitt, PLLC Construction Group.  The  descriptions for the classifications listed are provided on the TEXO's (The  Construction Association) website.   www.texoassociation.org/Chapter/wagerates.asp Equipment Operators  Page 2 of 2 CITY OF FORT WORTH Nance Ranch Offsite STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105523 Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK 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: 6-18-25 * 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: 6-18-25 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: 6-18-25 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: 6-18-25 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: 6-18-25 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" 04/07/69 Interior Restrained Joint System Hultec Hydrogrip-R ASTM D395, D412, D471, D573, D883, D1149, D1229, D1349, D1414, D1415, D1566, F913 4'-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: 6-18-25 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 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec Concrete Class A (Sidewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement) 9/9/2022 32 13 20 Mix Design American Concrete Company 30CAF029 3000 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 20 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air 7/16/2025 322 13 20 Mix Design Big Town Concrete 22113 With 30% Slag 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Burnco Texas 30U101AG 3000 psi 3-5" Slump; 3-6% Air 4/1/2024 32 13 20 Mix Design Burnco Texas 30U500BG 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502001 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Chisholm Trail Redi Mix C13020AE 3000 psi 3-5" Slump; 4.5-7.5% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design City Concrete Company 30HA20II 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 253-W 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 250 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 350 3000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 20 Mix Design Estrada Ready Mix R3050AEWR 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Holcim - SOR, Inc.1261 3000 psi 3-5" Slump; 3-6% Air 9/23/2024 32 13 20 Mix Design Holcim - SOR, Inc.5177 3000 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 20 Mix Design Holcim - SOR, Inc.530WA-T1 3000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 20 Mix Design Liquid Stone C301D 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2136214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2136014 3000 psi 3-5" Slump; 3-6% Air 4/1/2023 32 13 20 Mix Design Martin Marietta R2136N14 3000 psi 3-5" Slump; 3-6% Air 6/1/2023 32 13 20 Mix Design Martin Marietta R2136R20 3000 psi 3-5" Slump; 3-6% Air 6/1/2023 32 13 20 Mix Design Martin Marietta R2136N20 3000 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 20 Mix Design Martin Marietta R2141K24 4000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 20 Mix Design Martin Marietta R2136K14 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2131314 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2132214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta D9490SC 3000 psi 3-5" Slump; 4.5-7.5% Air 5/9/2025 32 13 20 Mix Design Martin Marietta R2136R14 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-YY 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-NY 3000 psi 3-5" Slump; 3-6% Air 7/10/2023 32 13 20 Mix Design Osburn 30A50MR 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 20 Mix Design Rapid Redi Mix RRM5020A 3000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 20 Mix Design Rapid Redi Mix RRM5525A 3600 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 20 Mix Design SRM Concrete 30850 With 20% Fly Ash 3000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 20 Mix Design SRM Concrete 30350 3000 psi 3-5" Slump; 3-6% Air 10/18/2024 32 13 20 Mix Design SRM Concrete 30050 With 20% Fly Ash 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete CP5020A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 13 20 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6% Air Class CIP (Inlets, Manholes, Junction Boxes, Encasement, Blocking, Collars, (Spread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A) 9/9/2022 32 13 13 Mix Design American Concrete Company 40CNF065 4000 psi 3-5" Slump; 0-3% Air 9/9/2022 32 13 13 Mix Design Burnco Texas 40U500BG 4000 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW5520A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW6020A 4000 psi 3-5" Slump; 3-6% Air 8/4/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW5020A With 20% Fly Ash 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6% Air 5/7/2025 32 13 13 Mix Design Cow Town Redi Mix 265-42 4200 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design Holcim - SOR, Inc.1701 4000 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design Holcim - SOR, Inc.1551 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.5409 4000 psi 3-5" Slump; 3-6% Air 8/14/2025 32 13 13 Mix Design Holcim - SOR, Inc.540WA-T1 With 20% Fly Ash and 30% Slag 4000 psi 3-5" Slump; 3-6% Air 4/27/2023 32 13 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2141230 4000 psi 3-5" Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta R2141R24 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 32 13 13 Mix Design Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 32 13 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 9/30/2025 Page 1 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 9/30/2025 9/9/2022 32 13 13 Mix Design Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2141233 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 32 13 13 Mix Design Martin Marietta R2146R35 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146K35 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146N33 4000 psi 3-5" Slump; 3-6% Air 9/12/2023 32 13 13 Mix Design NBR Ready Mix CLS P1-YY 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 9/16/2024 32 13 13 Mix Design SRM Concrete 35050 3500 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 13 Mix Design SRM Concrete 36850 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 13 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Slump; 3-6% Air Class C (Drilled Shaft for Traffic Signal Pole Foundations Reference Detail 31 41 10-D605) 9/9/2022 32 13 13 Mix Design Burnco Texas 36U500BG 3600 psi 5.5-7.5" Slump; 3-6% Air 6/21/2023 32 13 13 Mix Design Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" Slump; 3-6% Air 10/30/2024 32 13 13 Mix Design Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slump; 3-6% Air 9/11/2025 32 13 13 Mix Design Gonzalez Brothers P6020LA 3600 psi 5.5-7.5" Slump; 3-6% Air 12/5/2022 32 13 13 Mix Design Holcim - SOR, Inc.1822 3600 psi 5.5-7.5" Slump; 0-3% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.1859 4000 psi 5.5-7.5" Slump; 3-6% Air 4/7/2023 32 13 13 Mix Design Liquid Stone C361DHR 3600 psi 5.5-7.5" Slump; 3-6% Air 6/27/2023 32 13 13 Mix Design Martin Marietta U2146N41 3600 psi 5-7" Slump; 3-6% Air 6/27/2023 32 13 13 Mix Design Martin Marietta U2146K45 3600 psi 5-7" Slump; 3-6% Air 5/9/2025 2 13 13 Mix Design Martin Marietta U2146R41 3600 psi 5-7" Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K2524 3600 psi 5.5" Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K0524 3600 psi 5.5" Slump; 3-6% Air Class C (Headwalls, Wing walls, Culverts) 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 40LA2011 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6% Air 8/11/2025 32 13 13 Mix Design Cow Town Redi Mix 275 With 20% Fly Ash 5000 psi 4-6" Slump: 3-6% Air 8/11/2025 32 13 13 Mix Design Cow Town Redi Mix 375 5000 psi 4-6" Slump: 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6% Air 4/1/2023 32 13 13 Mix Design Martin Marietta 310LBP 3600 psi 3-5" Slump; 4-7% Air 8/30/2023 32 13 13 Mix Design Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 40050 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 35022 With 20% Fly Ash 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6% Air Class P (Machine Placed Paving) 4/3/2025 32 13 13 Mix Design Big Town Concrete 4511 3600 psi 1-3" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 4411 3600 psi 1-3" Slump; 3-6% Air 6/30/2025 32 13 13 Mix Design Big Town Concrete 5211 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 6/30/2025 30 13 13 Mix Design Big Town Concrete 52113 With 30% Slag 4000 psi 1-3" Slump; 3-6% Air 6/30/2025 30 13 13 Mix Design Big Town Concrete 5311 4000 psi 1-3" Slump; 3-6% Air 9/30/2025 30 13 13 Mix Design Burnco Texas 40U553BG With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 31 13 13 Mix Design Burnco Texas 40U553BG 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602091 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 36LA2011 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi 1-3" Slump; 3-6% Air 11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slump; 3-6% Air 2/6/2024 32 13 13 Mix Design Estrada Ready Mix TD3655AEWR 3600 psi 1-3" Slump; 3-6% Air 5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1643 3600 psi 1-3" Slump; 3-6% Air 6/20/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1629 3600 psi 1-3" Slump; 3-6% Air 7/29/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1655 With 20% Fly Ash 3600 psi 1-3" Slump; 3-6% Air 7/29/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1670 3600 psi 1-3" Slump; 3-6% Air 5/12/2025 32 13 13 Mix Design Holcim - SOR, Inc.1703 4000 psi 1-3" Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 4000 psi 1-3" Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4000 psi 1-3" Slump; 3-6% Air ...Concrete (Continues) Page 2 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 9/30/2025 5/5/2025 32 13 13 Mix Design Martin Marietta Q2141N27 4000 psi 1-3" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-3" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-NY 3600 psi 1-3" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40068 4000 psi 1-3" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40825 4000 psi 1-3" Slump; 3-6% Air 9/16/2024 32 13 13 Mix Design SRM Concrete 40025 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 10/18/2024 32 13 13 Mix Design SRM Concrete 35023 3600 psi 1-3" Slump; 3-6% Air 6/5/2025 32 13 13 Mix Design SRM Concrete 40324 4000 psi 1-3" Slump; 3-6% Air 7/21/2025 32 13 13 Mix Design SINACOLA 24011-4000MP 20%With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 7/21/2025 32 13 13 Mix Design SINACOLA 24011-4000MP Straight Cement 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi 1-3" Slump; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi 1-3" Slump; 3.5-6.5% Air 6/17/2025 32 13 13 Mix Design True Grit Redi Mix 460.230M 4000 psi 1-3" Slump; 3-6% Air 6/23/2025 32 13 13 Mix Design True Grit Redi Mix 360.230M 4000 psi 1-3" Slump; 3-6% Air Class H (Hand Placed Paving, Valley Gutter) 9/9/2022 32 13 13 Mix Design American Concrete Company 45CAF076 4500 psi 3-5" Slump; 3-6% Air 5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 6211 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 6311 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6% Air 7/16/2025 32 13 13 Mix Design Big Town Concrete 62113 With 30% Slag 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Burnco Texas 45U500BG 4500 psi 3-5" Slump; 3-6% Air 33 13 13 Mix Design Burnco Texas 45U100AG 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 45NA20II 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/4500 psi 3-5" Slump; 4-6% Air 9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6% Air 5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1643 4500 psi 3-5" Slump; 3-6% Air 6/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1629 4500 psi 3-5" Slump; 3-6% Air 7/29/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1670 4500 psi 3-5" Slump; 3-6% Air 10/4/2024 32 13 13 Mix Design Holcim - SOR, Inc.5507 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.1851 4500 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 13 Mix Design Holcim - SOR, Inc.545WA-T1 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design Liquid Stone C451D 4500 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 4500 psi 3-5" Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 4500 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5" Slump; 3-6% Air 5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 32 13 13 Mix Design Martin Marietta R2146P36 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 32 13 13 Mix Design Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air 6/3/2025 32 13 13 Mix Design Martin Marietta R2146K43 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air 7/10/2023 32 13 13 Mix Design Osburn 45A60MR 4500 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 13 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design SRM Concrete 45023 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 45000 4500 psi 3-5" Slump; 3-6% Air 5/23/2025 32 13 13 Mix Design SRM Concrete 45300 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 45850 With 20% Fly Ash 4500 psi 3-5" Slump; 3-6% Air 10/18/2024 32 13 13 Mix Design SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air 7/21/2025 32 13 13 Mix Design SINACOLA 24011-4500HP 20%With 20% Fly Ash 4500 psi 3-5" Slump; 3-6% Air 7/21/2025 32 13 13 Mix Design SINACOLA 24011-4500HP Straight Cement 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6% Air 6/12/2025 32 13 13 Mix Design True Grit Redi Mix 465.230H With 30% Slag 4500 psi 3-5" Slump: 3-6% Air 6/23/2025 32 13 13 Mix Design True Grit Redi Mix 365.230H 4500 psi 3-5" Slump: 3-6% Air 10/9/2024 32 13 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6% Air ...Concrete (Continues) Page 3 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 9/30/2025 Class HES (High Early Strength Paving) 9/9/2022 32 13 13 Mix Design Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-1NC 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 13 Mix Design Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix 4575AESC 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.2125 5000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 13 Mix Design Liquid Stone C451DHR-A 4500 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6000 psi / 3000 psi @ 24hr.3-5" Slump; 3-6% Air 2/10/2023 32 13 13 Mix Design SRM Concrete 50310 5000 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW7520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air Class S (Bridge Slabs, Top Slabs of Direct Traffic Culverts, Approach Slabs) 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6" Slump; 3-6% Air 5/3/2023 32 13 13 Mix Design Martin Marietta M7842344 4000 psi 3-5" Slump; 4.5-7.5% Air 4/1/2023 32 13 13 Mix Design Martin Marietta R2146P33 4000 psi 3-5" Slump; 3-6% Air 8/18/2025 32 13 13 Mix Design Martin Marietta 610LBT 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-NY 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-YY 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design SRM Concrete 40850 With 20% Fly Ash 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB 4000 psi 3-5" Slump; 3-6% Air Concrete Base Trench Repair 4/1/2023 03 34 16 Mix Design Burnco Texas 10YH50BF 1000 psi Flowable; 8.5-11.5% Air 9/9/2022 03 34 16 Mix Design Burnco Texas 08Y450BA 800 psi 5-7" Slump; 3-6% Air 03 314 16 Mix Design Martin Marietta YN81O001 750 psi 8-12" Slump; 5-10% Air Controlled Low Strength Material (Flowable Fill) 2/7/2025 03 34 13 Mix Design Burnco Texas 01Y690BF 100 psi Flowable; 9.5-11.5% Air 5/19/2025 03 34 13 Mix Design Burnco Texas 01Z180AF 100 psi Flowable; 9.5-11.5% Air 9/9/2022 03 34 13 Mix Design Carder Concrete FWCC359101 50-150 psi 3-5" Slump; 8-12% Air 9/9/2022 03 34 13 Mix Design Carder Concrete FWFF237501 50-150 psi Flowable; 8.5-11.5% Air 8/4/2025 03 34 13 Mix Design Chisholm Trail Redi Mix CT150FF 50-150 psi Flowable; 7-9.0% Air 9/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Flowable; 8-12% Air 9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9 70 psi 7-9" Slump; 8-11% Air 9/9/2025 03 34 13 Mix Design Cow Town Redi Mix 10 Min 50 psi Min 9" Slump; 10-20% Air 5/12/2025 03 34 13 Mix Design Holcim - SOR, Inc.3741 100 psi Flowable; 12.0-24.0% Air 8/4/2025 03 34 13 Mix Design Holcim - SOR, Inc.901 100 psi 9-11" Slump; 10-30% Air 8/14/2025 03 34 13 Mix Design Holcim - SOR, Inc.904 150 psi 9-11" Slump; 10-30% Air 9/11/2025 03 34 13 Mix Design Martin Marietta FLOW25A 150 psi 8"-12" Slump; 10% Air 10/4/2023 03 34 13 Mix Design NBR Ready Mix FTW FLOW FILL 150 psi 7-10" Slump; 8-12% Air 2/7/2025 03 34 13 Mix Design SRM Concrete 910 150 psi Flowable; 8-12% Air 9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable; 8-12% Air Concrete Rip Rap 4/1/2023 31 37 00 Mix Design Martin Marietta R2141030 4000 psi 3-5" Slump; 3-6% Air 4/1/2023 31 37 00 Mix Design Martin Marietta R2146033 4000 psi 3-5" Slump; 3-6% Air Asphalt Paving 9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 FT5B117965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 FT1B139965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 FT1B117.2 PG64-22 Type B Fine Base 5/1/2024 32 12 16 Mix Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base 4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base 12/5/2022 33 12 16 Mix Design Sunmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757)211305 (1757) PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface 4/1/2024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface Detectable Warning Surface 9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC)Tactile Pavers 9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX)Detectable Warning Pavers 9/9/2022 32 13 20 DWS - Composite Armor Tile 9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA)Heritage Brick CIP Composite Paver 4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA)Detectable Warning Pavers Page 4 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 9/30/2025 Silicone Joint Sealant 9/9/2022 32 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Pecora 300SL 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 Utility Trench Embedment Sand 9/9/2022 33 05 10 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 MHRC #220605 (Size - **24" Dia.)ASTM A48 AASHTO M306 9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Dia.)ASTM A48 AASHTO M306 9/28/2018 33 05 13 Manhole Frames and CoversNeenah Foundry NF-1743-LM (Hinged)NF-1743-LM (Hinged) (Size - 32" Dia.)ASTM A48 AASHTO M306 9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Dia.)ASTM A48 AASHTO M306 9/28/2018 33 05 13 Manhole Frames and CoversNeenah Foundry R-1743-HV R-1743-HV (Size - 32" Dia.)ASTM A48 AASHTO M306 4/3/2019 33 05 13 Manhole Frames and CoversSIP Industries ++2279ST 2279ST (Size - 24" Dia.)ASTM A48 AASHTO M306 4/3/2019 33 05 13 Manhole Frames and CoversSIP Industries ++2280ST 2280ST (Size - 32" Dia.)ASTM A48 AASHTO M306 10/8/2020 33 05 13 Manhole Frames and CoversEJ ( Formally East Jordan Iron Works)EJ1033 Z2/A EJ1033 Z2/A (Size - 32.25" Dia.)ASTM A536 AASHTO M306 3/8/2024 33 05 13 Curb Inlet Covers SIP Industries ++2296T 2296T (Size - ***24" Dia.)ASTM A48 AASHTO M306 6/18/2024 33 05 13 Curb Inlet Covers SIP Industries ++2279STN 2279STN (Size - 24" Dia.)ASTM A48 AASHTO M306 Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x3-405-PRECAST** (Size - 10' X 3')ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x3-406-PRECAST** (Size - 10' X 3')ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x4.5-407-PRECAST** (Size - 10' X 4.5')ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x4.5-420-PRECAST** (Size - 10' X 4.5')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-TOP (Size - 5' X 5')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-TOP (Size - 6' X 6')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET** (Size - 10' X 3')ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3')ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X 7')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 6')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - 7' X 7')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - 7' X 7')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - 7' X 7')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 8')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET (Size - 4' X 4')ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5')ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6')ASTM 615 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8')ASTM C478 8/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4')ASTM C433 **Note: All new development and new installation manhole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Page 5 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 9/30/2025 8/28/2023 33 39 20 Curb Inlet 10 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4')ASTM C913 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (5' X 5')ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH (4' MH on the top of 5' JB)ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' JB)ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB)ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB)ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 10x3 Precast** (Size 10' x 3')ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 15x3 Precast** (Size 15' x 3')ASTM C913 Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS)ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60")ASTM F2881 & AASHTO M330 8/28/2023 33 41 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)ASTM C76, C655 8/28/2023 33 41 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various)ASTM C789, C850 10/12/2023 33 41 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506 10/12/2023 34 41 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various))ASTM C1433,C1577 10/18/2023 35 41 10 Storm Drain Pipes The Turner Co.Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506 10/18/2023 33 41 10 Culvert Box The Turner Co.Reinforced Concrete Box Culvert (size - Various)ASTM C1433,C1577 4/12/2024 33 41 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506 6/25/2024 33 41 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 6/25/2024 33 41 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506 (4-5-2025) 03 34 13 CLSM specification ….Storm Sewer - Inlet & Structures Continues (1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's (4-3-2025) Bigtown Concrete updated Mix ID's **Note: Pre-cast inlets are approved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to be cast in-place. No exceptions to this requirement shall be allowed. Revision Comments Page 6 of 6