Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
064255-PM1 - Construction-Related - Contract - JSF Sandybrook, LLC, and Select Building Systems, Inc. dba SBS Construction
PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER AND PAVING TO SERVE JDA FORT WORTH IPRC Record No. IPRC25-0094 City Project No. 106348 FID No. 30114-0200431-106348-E07685 File No. K-3345 X File No. X-28644 Betsy Price Jesus “Jay” Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth January, 2026 Dynamic Engineering Consultants, PC Texas Registered Engineering Firm No. F-139660 CASSANDRA A. HUGGINS CSC No. 64255-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 CITY OF FORT WORTH JDA Fort Worth STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 106348/ IPRC250094 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 CITY OF FORT WORTH JDA Fort Worth STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 106348/ IPRC250094 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 Division 02 - Existing Conditions Date Modified 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 32 31 13 Chain Fences and Gates 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 CITY OF FORT WORTH JDA Fort Worth STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 106348/ IPRC250094 Revised March 20, 2020 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings - Cast Iron 33 05 13.10 Frame, Cover and Grade Rings - Composite 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 11 15 Pre-Stressed Concrete Cylinder Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Standard Blow-off Valve Assembly 33 31 12 Cured in Place Pipe (CIPP) 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 CITY OF FORT WORTH JDA Fort Worth STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 106348/ IPRC250094 Revised March 20, 2020 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 41 12 Reinforced Polyethlene (SRPE) Pipe 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A – Controller Cabinet 34 41 10.02 Attachment B – Controller Specification 34 41 10.03 Attachment C – Software Specification 34 41 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 34 41 15 Rectangular Rapid Flashing Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 34 71 13 Traffic Control 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 CITY OF FORT WORTH JDA Fort Worth STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 106348/ IPRC250094 Revised March 20, 2020 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 CITY OF FORT WORTH JDA Fort Worth STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 106348/ IPRC250094 Revised March 20, 2020 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 CITY OF FORT WORTH JDA Fort Worth STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 106348/ IPRC250094 Revised March 20, 2020 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 CITY OF FORT WORTH JDA Fort Worth STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 106348/ IPRC250094 Revised March 20, 2020 Appendix GC-4.01 Availability of Lands GC-4.02 Geotechnical Report 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 SECTIOiV 00 42 43 �e�eloper Awarded Projects - PROPO5AL FORM UNIT PRICE BID Project I[zm Lnlomiaiinn nn a� �3 ��,�v - Ho� �uornsAt- F��� i ��r� Bidder's Application Bidder's Fmposal 6idlisl Item No. Description Spec4ticatiun Section Nn. Mcasure B�d� Unit Price Quant�ty UNfT I: WA7ER iMPRgVEMENTS 1 �3305.0109 Trench Safety 33 05 10 LF I 33.00 $5.00 2 33D5.p202 Imported EmbedmenUBackfill, CSS 33 05 10 GY 18.33 $95.78 � 3 3305.0206 Imported Embedmentl8ackfill, Acceptable Backfill 33 05 10 I CY 1222 $175.00 � 4 3312.2103 1 112" Water Ser�ice 33 12 10 EA 1.00 $5,560.00� � 5 3311.�141 6" Water pipe 33 11 10, 33 11 12 LF 32.00 $260.fl0� � 6 3312A117 Connection to Exlsfinq 4"-12" Water Main 33 12 25 EA 1.p0 $12,500.00� � 7 3312.3062 6" Gate Valve 33 12 2� EA 1.00 $13,40fiA6� � 8 3471.00a1 Traffic Cantrol 34 71 13 MO 1.00 $18,500.00� � 9 3312,20D3 1" Water Service 33 i2 10 EA 1.OQ $3,SOOA�I � 10 3312,3a05 12" Gate Valve 33 12 20 EA 1.00 $8,519.11 I � 11 � 12 I 13 I 14 95 i6 � 17 � 18 � 19 � 20 � 22 � 23 24 25 � 26 � 27 j 28 I 29 I 3� 31 � 32 � 33 � 34 � 35 � 3fi � 37 � 38 39 40 � 41 � 42 f 43 I 44 I a5 TQTAL EINIT I: WATE t IMPROVEMENTS 13id Vaiuz � 1 i ��s�.ao � $1,755.65 f $2,138.50 I $5,500.0� � $8,320.00 � $9 2,500.00 I $13,4D6.00 � $18,SOO.fl� � $3,SD0.00 I $5,519.11 _ � $74,304.26 CffY OF F6RT 1L"C5RTi1 ST.4NUARC) CUNSTRUCT]ON SPFCiFIC4T10N C�CU�3FNT5 - E7YVYLOPER.4W4R�ED PROJECTS Fvrm Vcrs�nn yinc?2, 3419 DY\'_Es[imate Quen ca0.coY(�nn�nx_IS7q Furi worth_Exprzss CFA 10972025 1 2 3 4 5 6 6 8 9 ia 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2� 28 29 30 31 32 33 34 35 36 37 38 39 46 41 42 43 44 45 UNIT II: SANITARY SEWER IMPROVE�VIENFS 13301,0002 Post-CCN Inspection 33 01 31 3305.01p9 Trench5afety 33051p 3305.0204 Imported EmbedmenUBackfill, Crushed Rock 33 05 10 3305.a2�fi Imported EmbedmentlBackfill, Acceptab€e Backfill 33 05 � 0 3331.3101 4" Sewer Service 33 31 50 3331.3101 8" Sewer Service 33 31 50 3339.0001 Epoxy Manhole Liner 33 39 60 3339.1001 4' ManhaEe 33 39 10, 33 39 20 3331.5811 4" 61P Sewer Pipe, 0' to fi' (Misc Only), GLSM Backfill 33 11 10 3331.5$1 � 8" DIP Sewer PEpe, 0' to 6' (Misc dnly), CLSM Backfill 33 11 10 LF LF CY CY EA EA VF EA LF LF $3.50 $3.50 $282.50 $175.00 $i,2oo.oa $2,50�.D0 $fi4Q.60 $7,956.50 $74.75 $1D6.00 1117 3? a3 UAf'- �[�1 PROYO5.0.1. Pi6c ? ull7 $252.0� $z5z.00 $11,613.58 $7,194, 25 $1,2fl0,00 $2,500.00 $S, 320.00 $15,913.OQ $2,$40.Sa $3, 500. Dp 72.OD 72.oa 41 11 41,11 1.�0 1.D0 13.00 2.ao 38.00 35.00 TOTAL UNIT II: SANlTARY SEWE 2 INkPROVEMEI�TS [ rry nr roar woRrn ST9rff7qRD CONSTKUC716N 5PECIY ICATION �6CUM1]ENTS - 6F.VEL.OPFR AW �NDF.f] PROIFCTS Farm Venion tiixF 2�, 2f119 $53,585.33 ❑Y V_3�,�timare_Quaniiry [aAeoff matnx. 1DA fnrt W nc�h_F.Kpress CF A_ [ i1U i'_17S __ _1 1 � � � � � � � � � � 1 1 1 � i � � � � � � � � � � 9 2 3 4 5 6 7 8 9 10 11 12 13 14 15 �s ,� ,a 19 2a 21 22 23 24 25 2s z� 2a zs 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 UNIT III: DRAINAGE IM'ROVEMENTS 3365.0109 Trench Safetv 33 05 1 Q 3365.0206 Imported EmbedmenUBackfifl, Acceptable 6ackfifl 33 a5 10 33a5,0204 Imported Embedment/Backfill, Crushed Rock 33 05 1p 3341.0205 24" RCP, Class EII 33 41 1D 3349A001 4' 5torm Junction Box 3349 10 LF CY CY LF EA $3,50 �sa ao $49.4fl $ 84.84 $4,414-50 nn a? a! oAN - H]f] FROPOSAL ra_�s�,i�a f $630.OD ! $'f1,733.60 � $3, 22Q.39 I �15,271.2fl I $8,829.0� I � � � � � � 1 1 � -1 � I I � � � � � I � � � 150.00 146.67 65,19 180,00 z oa TOTAL Ut�IT Ifl: DRAINAG = IMPROVEMENTS CiTY UF FI�RT �5'ORTI�I STAYi7�Rl) CO\'STHUCTION SPECIFlCATIOV MlCUh1ENT5 - �FVELOPLR .aW'9RUF[] pRp1NCYS Form �ersin�t �1av P?,'{l19 $39,68a.19 17YN_Esiimarz_Quan[in� �akzaHma�nx ID.a Furt Worih_F.zpress CF.4_1003'P'3 9 10 11 12 �3 �4 15 16 17 18 19 2fl 21 22 23 24 25 26 27 3213.0301 �241.1300 3212.0302 3211.0501 3213.0506 3217.2104 0241.1100 3217.4307 3213A162 3211.04D0 3211.0311 4" Conc Sidewafk Remove Conc Curb8�Gutter 3" Asphalt P�mt Tvpe D{DG-D) 6" Lime Treatment Barrier Free Ramp, Type P-1 REFL Raised Marker TY II-GR Remo�e Asphalt Pvrr�# Remove Raised Marker 7" Conc Pvmi Hydreted Lime 8" Concrefe Treated Base UNIT IV: PAVING IMP 2pVEM�NTS 32 13 20 0241 15 32 12 16 32 11 29 32 13 2Q 32 17 23 02 41 Z 5 32 17 23 32 13 13 32 1 � 29 32 11 23 I SF LF SY SY EA �A SY EA I SY I tN I SY 1307.00 �s.ao 571.00 70.23 2.00 9.00 571.00 9.00 67.78 5.OD 571.00 $7.38 _ $zs.aa $79.05 �138.a0 $1,500.fl0 $350.a0 $15.11 $200.00 $107.60 $41a.Ofl $55.90 una�a3 UAF- BID I'ROPOSAI. Pagc a ol 7 $9,645.66 � $2,175.60 $45,137.55 $9,69�.74 $3,a00.00 $3,150.60 $8,fi27.81 $1,8fl0.D0 $7, 293.13 $2, 056.00 $31,918.90 TOTAL UNIT N: PAVING IMPRQVEMENT5 $124,489.79 CITY OF FORT W'ORTH STANDARD CONSTRUCTlON SPFCIFICATfON 1)OCUMENTS - �EVELOPER 4l4'4ADFD PAOIFCTS Porm �'arsion M17a�� 2?, ?O l9 Pl:+1_Hstfmate_Quanti[v ta�coff mu�ns_1bA Fo7 5i'onh_Ezpress CF.4_ 10932035 UNIT V: 57REET LIGHTING IMPROVEMENTS nn a� as nnv - Hiu Pxprn5.41. Pa�c 5 i�(I7 I � � � � � � � � � � � TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS � -- i I I � I I I I CiTY OF FORT u'pRTI f STahE);�ykill CON5TRLCFiON SPECIF'[C4TIl)� DC1CliLTF1vT5 - �F.VF:I.OVF:A hW:11t1)F:[) PItOIEC'r5 Fnm�Vcr,innhfuc2?,'U!9 DS'V_F:timatc_Quan�iu�;akeoffma[rix J�.AFnrtWnrth_Expr�sCFA l(4�3'_025 UNIT VI: TRAFFIC SIGNAL IM?ROV�MENTS illl 3� li ll.4F - HIU PROYOSAI. P�gc h af 7 I � � � � � � i I I I I I I � 1 1 I I I I I I I 1 I � TOTAL UNiT VI: 7RAFFIC 51G�VA _ IMPROVEMENTS c�� v or �nk r wo€�Tri STAY6ARf7 CONSTRUCTION SPECIFiCATIOY Ix1CUMENTS - �EVELOPER .4W'4RDE� PROIFC75 Pome Version Mav ". 2419 ➢1'��_Estfmatz Qvantfry cakcnlTm�aivx_117A Fart Wanh_Exprzss CFA_1003 �0'_5 ooaaaa oar-�ro �Korosa� Pxbc 7 nF7 Aid Summatv UNIT I: WATER IMPROVEMEtVTS UNIi Il; SANITARY SEWER IMPROVEMENTS UNIT ill: DRAINAGE IMPRDVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LEGHTING IMPROVEMENTS UNIT Vf: TRAFFIC SIGNAL IMPROVEMENTS This Bid is submitted by the enfity named beiozv: g�n�E�x: S8S Construction 17 5cenic Loop Rpad Baerne, TX 78006 Coorrartor aprees ta complete W'ORK for FTIYAL ACC',EPTAnCE rvithin CONTRACT commences to rua as provided in the GeneraE (.nrtditions. CITY Ot I-01iT wpRTfl STA?!b tR1J CO�S�fRUCTION SPECiP'ICATION QOCUkIENTS - �EVELOPER.AWaRCJF[l PROIF.CTS Fnnn Vcrsian May'�"',?1119 ToYal Constroction Bid BY: Michael L. Mejia , rL�.. T�T►-E: VP of Qperatians n.aTE: 12/19/2025 EhD OP SEC'I [ON �74,304.26 $53,585.33 539,fi84.19 �124,489.79 $292,063.57 90 working dxys after Yhe date when the DYl'_EstVmate_Qunn[in��akeu���atnx JI�)4Fur��A'urth_ExpressCF4_1UO3'_023 06 45 1? DAP PREQUALIFICAT[ON STATEMENT Pagc I of 1 SECTION 00 45 I2 DAP - PREQUALiFICATI�N STATEMENT Each Bidder is required to complete the information below by identifying the prequali�ed contractors and/or subcontractors whom they intend ta utilize for the major work type(s} listed. ln the "Nlaior Work Tvne" box nrovitfe the comblete maior work tvt�e and actual descriution as provided bv the Water Department for water and sewer and T�' W for navin� - __ __ -_ -_ _ _ ___ _.._... ............ .. . . . .. Major Work T'ype � Contractor/Subcontractor Company Name Prequalification Expiratian Date __ __ -_ _ _ __ _ _ ...... .. . ........ : Water Distnbution, Conc►-ete & Stee[ Sti2ictures, LLC 9/30/26 i !� Develap�nent, 8-inch diameter ' and smailer sewer collection system _. _......_ _ .... .. . __... �!, Sewer Collectaon System, Co��crete & SteeE St��uctures, LLC ' Develapinent, 8-inches and smaller � ! 9130126 Asphalt Paving Construction/ Concrete & Steel Structures, LLC 9/3�/26 � Reconstruction (LESS THAN I 15,000 square yards) � �he undersigned hereby certifies that the cantractors andlor subcontractars described in the ta[ale above are currently prequalified for the work types listed. BIDDER: SBS Construc#ion 17 Scenic Loop Raad Baeme, TX 7800G By: Michael L. Mejia � �� Title: VP of Operations Date: 12/19I2D25 BY: William Hamilton ��'� � i - TITLE: pM DATE: 121I5125 END OF SECTION (Signature) CITY OF F6RT WOR7hi STANDARP CON5TRl1CT16N PREql1AUFICATION STpTEMENT— 6EV ELOPER AWARbEb PROJEtTS 4- 00 45 12_Prequalification Statement 2615_�AP Form Version Septem6er 1, 2015 00 45 26 - 1 CONTRACTOR COMPLfANCE WITH WORKER'S COMPENSATIdN LAW Page 1 of 1 1 2 3 4 5 6 7 SECTION 00 45 26 CONTRACTOR COMPLIAlVCE WITH WORKER'S COMPENSATION tAW Pursuant to Texas tabor Code Section 406.096(a), as amended, Contractar certifies that it pro�ides worker's compensatio� insurance coverage for a11 af its emp�oyees employed on City Project �Eo. CPN 906348 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amend�d, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. 8 CONTRACTOR: 9 Select Su�ldinq Svstems, Inc. dba SB5 Construction By: Michael �. Meiia 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Company 17 5cenic Laop Rd. Address 8oerne, Texas 780D6 CitylStatelZip THE STATE OF TEXAS CO�NTY OF TARRAlVT § § (Please Print) Signaiure: '��-�-' ��� Titie: Vice President Oqerations {Please Print) BEFORE M�, the undersigned authority, on this day personally appeared 1� } G�1(AP,� �� i`�i P i G , known to me to be the person whose name is subscribed to khe forez� ing ir�strument, and acknowledged to rne that he/she executed the same as the act and deed of �P�{%,��- �,,,.1����n ,�s �,�'m5 ,� Vl i�_ far the purposes and consideration therein expressed and in t� ca�pacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE tF�is 7 l� day of 1�'f �?�nl��� , 20��,' ���, J �� - i -� � --� Notary Publi in ft�r the State of Texas ~ �,�.,_. � ., _ , . .� ..� . _ , . .��, : '•��'� �J"" NICOL� KRAM�R - :•��..•�; �.;.z;;. END OF S�CTION ;�.,��" ._ My Notary ID # i34926048 - . � �, ���: �}'a�° • �'��, Ex ir�s December29, 2�26 - , °;=.'`" p :��,..,. , .,.�� .. , �. � . . _., , CfTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 JDA Fort Worth CPN 106348 oa5za3-1 DeveloperAwarded ProjectAgreement Page 1 of 6 1 2 SECTfON 00 52 43 AGREEMENT 3 THIS AGREEMENT, authorized on December 10, 2025 is made by and between the 4 De�efoper, JSF Sandybrook, LLC, autharized to do business in Texas ("De�eloper") , 5 and Select Buifding systems, Inc, dba SBS Construction, authorized to do business in 6 Texas, acting by and through its du�y authorized repr�sentative, ("Contractor"). 7 Developer and Contrac#or, in consideration of tl�e mutual covenants hereinafter set forth, 8 agres as follaws: 9 Article 1. WORK 10 11 12 13 14 15 16 17 18 19 20 Contrac#or shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Articfe 2. PROJECT The project for which the Wark under ti�e Contract Documents may be the wF�ole or only a par� is generally described as follows: JDA Fort Worth CFA25-�10Q Articte 3. CONTRACT TIME 3,1 Time is of the essence. All time limits for Milestones, if any, and Final AccePtance as stated in the Contract Documents are of the essence to this Contract. 21 3.2 Final Accepiance. 22 The Wark will be complete for Final Acceptance within 90 working days after the 23 date when the Contrac# Time commences to run as provided in Paragraph 1�.04 of 24 the Standard City Conditions of the Construction Contract far Developer Awarded 25 Projects, 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the sssence of this Agreement and that 28 Developer wili suffer financial loss if tl�e Work is not completed within tf�e times 29 specified in Paragraph 3.2 abo�e, plus any extension th�reof allowed in C1TY OF FORT WORTH JDA Fort Worth STANDARD CQNSTRIJCTION 5PECIFICATION DQCUMENTS — DEVEI.OPER AWARDED PROJECTS CFA25-Oi00 Revised June 16, 2016 DocID:e7a0ae82e7698bad920b182eee21978168ad9f7c 005243-2 DeveloperAwarded ProjectAgre�ment Page 2 of 6 30 31 32 33 34 35 36 37 38 accordance with Article 10 of the Standard City Conditians of the Construction Contract for De�eloper Awarded Projects. The Contractar also recognizes the delays, expense and difficufties involved in proving in a lega� proceeding the actual foss suffered by the Developer if the Work is not completed on time. Accordingfy, instead of requiring a�y such proof , Contractor agrees that as liquidated darnages for delay (but not as a penalty), Contractor shall pay �eveloper Zera Dollars {$0.00) for each day that expir�s after the time specified in Paragraph 3.2 for �inaf Acceptance ut�ti! the City issues the Final Let#er of Acceptance. 39 Article 4. C�NTRACT PRICE 44 Developer agrees to pay Contractor for performance of the Work in accardance with the 41 Contract Documents an amount ir� current funds of Two Hundred Ninety-Two Thousan� 42 Sixty Three Dollars and .57 Cents Dollars ($292,063.57). 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 5$ 59 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Dacurnents which comprise the er�tire agreement between Devefoper and Con#ractar concerning the Work consist of the fa4lowir�g: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As �ro�id�d by Developer) 1) Proposal Form (DAP Version) 2} Prequalification Staternent 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond {DAP Version) d. Performance Bond {DAP Version} e. Mair�tenance Bond {DAP Version) f, Power of Attorney for the Bonds g. Worker's Compensation Affida�it h. MBE and/or SBE Commitment Form (1f required) C17Y OF FORT WORTH JDR Fort Worth STANi?ARDGdNSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPERAWARDED PRpJECTS CFA25-0100 Revised June 16, 2016 DocID:e7a0ae82e7698bad920b182eee21978168ad9f7c 005243-3 developer Awarded Project Agreement Page 3 of 6 60 61 62 3. Standard City General Conditions of the Construction Contract far De�eloper Awarded Projects. 4. Supplementary Conclitions. 63 5. Specifications specifically made a part of the Contract Documents by 64 attachment or, if not attached, as incorporated by reference and described B5 in the Table af Contents of the Project's Contract Documents. 66 6. Drawings. 67 68 69 70 71 72 73 74 75 76 77 7. Addenda. 8. Docur�entation submitt�d by Contractor prior to Notice of Award. 9. The foliowing which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. �. Field Orders. c. Change Orders. d. Letter of Fina1 Acceptanee. CITY OF FQRT WQRTH JDA Fart Worfh STANDARD CONSTRUGT1pN SPEGIFICATI4N DOCUMENTS — DEVELOPER AWARDED PROJECTS CFA25-0100 Revised June 16, 2d16 DocID:e7a0ae82e7698bad920b182eee21978168ad9f7c 005243-4 DeveloperAwarded ProjectAgreement Page4of6 78 Article 6. INDEMNIFICATION 79 sa 81 $2 83 84 85 86 87 $8 89 .� 9� 92 93 94 95 96 97 98 99 100 6.1 Contractor co�enan�s and agrees to indemnify, hold harm[ess and defend, at its own �xpense, the city, its officers, servants and emptoyees, from and against any and al1 claims arising out of, or alleged to arise out of, the work and serrrices to i�e perfarmed hy the contractor, its officers, agents, employees, subcontractors, licenses or in�itees under this contract. This indemnification pro�ision is specificallv intended to onerate and be effecti�e even if it is alleqed or praven that all ar some of the damaaes beinq souqht were caused, in w�ole or in part. bv an� ac#. omission or nealiaence of the c�, This indemnity provision is intended to include, without limi#ation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. G,2 Contractor co�enants and a�rees to indemnify and hold harmless, a# its own expense, the city, its officers, servants and em�loyees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged fio arise out of, the work and services to be performed by the contractor, its ofFicers, agen#s, employees, subcon#ractors, licensees or invitees under this contract. This indemnification provision is specificallv intended to operate and I�e effecti�e even if it is alleqed or proven that all ar some oi the darYtaqes beinq souaht were caused, in whole or in part, bv anv act, omission or r�eqliqence of the citv. 101 Art9cle 7. MISCELLANEOUS 102 7.1 Terms. 103 Terms used in this Agreement are defined in Article 1 of the Standard City 10� Conditions of the Construction Contract for Developer Awarded Projects. 1 a5 7.2 Assignment of Contract. 106 This Agreement, including all of the Contract Documents may not be assigr�ed by 107 the Cantrac#or without the advanced express written consent of the Developer. � 08 7.3 Successors and Assigns. 109 Developer and Contractar each binds itself, its partners, successors, assigns and 110 fegal representatives to the other party hereto, in res�ect to all covenants, 111 agreements and obligations contained in ihe Contract Documents. CITY OF FOAT WORTH JDA Forf iNorth STANDARD CdNSTRUCTION SPECIFICATION DOCUMENTS - �EVELpPER AWARDED PRQJECTS CFA25-0700 Revised June 16, 2016 DocID:e7a0ae82e7698bad920b182eee21978168ad9f7c 00 5z a3 - 5 Developer Awarded Project Agreement Page 5 of 6 112 7.4 Severability. 113 Any provision or part of the Contract Documents held to be unconstitutional, void ar 114 unenforceable by a court of cor�petent jurisdiction shafl be deemed stricken, and 115 al! remaining provisions shalf continue to be �alid and binding upon DEVELOPER 116 and CDNTRACT4R. 117 7.5 Governing Law and Venue. 118 Tfi�is Agreement, including all of the Contract Documents is performable in the 119 State of Texas. Venue shall be Tarrant County, Texas, or the United States District 120 Court for the Northern District of Texas, Fort Wor#f� Di�ision. 121 122 7.6 Authority to Sign. 123 124 125 126 127 128 Contractor shall attach evidence of authority to sign Agreement, if ather than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, De�eloper and Contractor have executed this Agreement in multiple counter�arts. 129 This Agreement is effec�i�e as of the last date signed by khe Parties ("Effective Date"} 13Q Contractor: Selecf Building Sysfems, Inc. dba SBS Consfrucfion �y: 2��P ` (Signature} De�eloper: JSF 5andybrook, LLC BY� 'a,so�. C. o('��.clL (Signature) CITY dF FORT WORTH JDA Fort Worfh STANDARD CdNSTRUCTiON SPECfFICATION DdCUMENTS - DEVELOPERAWARDED PROJECTS CFR25-0900 Revised June 16, 2016 DocID:e7a0ae82e7698bad920b182eee21978168ad9f7c 131 Michael L. Mejia (Printed Name) Title: VP Operations Company Name: SBS Construction Address: 17 Scenic Loop Rd. City/State/Zip: Boerne, TX 78006 12/10/2025 _______ _ Date CITY OF FORT WORTH 00 52 43 - 6 Developer Awarded Project Agreement Page 6 of 6 Jason C. Lynch (Printed Name) Title: Vice President of Manager Company name: JSF Sandybrook, LLC Address: 100 Dunbar Street City/State/Zip: Spartanburg, SC 29306 12/11/25 Date STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Revised June 16, 2016 JOA Fort Worth CFA25-0100 Doc1D:e7a0ae82e7698bad920b182eee21978168ad9f7c © 2018 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. LC 20 581118 Page 1 of 4 Policy Number TB5-Z91-476880-024 Issued by LM Insurance Corporation THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ADDITIONAL INSURED ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 1. Item 2. Item 3. Item 1. Blanket Additional Insured Where Required By Written Agreement Lessors of Leased Equipment Managers or Lessors of Premises Mortgagees, Assignees or Receivers Owners, Lessees or Contractors Architects, Engineers or Surveyors Any Person or Organization Blanket Additional Insured - Grantor Of Permits Other Insurance Amendment Blanket Additional Insured Where Required By Written Agreement Paragraph 2. of Section II - Who Is An Insured is amended to add the following: Additional Insured By Written Agreement The following are insureds under the Policy when you have agreed in a written agreement to provide them coverage as additional insureds under your policy: 1. Lessors of Leased Equipment: The person(s) or organization(s) from whom you lease equipment, but only with respect to liability for "bodily injury'', "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). This insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 2. Managers or Lessors of Premises: Any manager(s) or lessor(s) of premises leased to you in which the written lease agreement obligates you to procure additional insured coverage. The coverage afforded to the additional insured is limited to liability in connection with the ownership, maintenance or use of the premises leased to you and caused, in whole or in part, by some negligent act(s) or omission(s) of you, your "employees", your agents or your subcontractors. There is no coverage for the additional insured for liability arising out of the sole negligence of the additional insured or those acting on behalf of the additional insured, except as provided below. If the written agreement obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out of the additional insured's sole negligence. © 2018 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. LC 20 581118 Page 2 of 4 This insurance does not apply to: a. Any "occurrence" which takes place after you cease to be a tenant in that premises or to lease that land; b. Structural alterations, new construction or demolition operations performed by or on behalf of that manager or lessor; or c. Any premises for which coverage is excluded by endorsement. 3. Mortgagees, Assignees or Receivers: Any person(s) or organization(s) with respect to their liability as mortgagee, assignee or receiver and arising out of your ownership, maintenance or use of the premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or on behalf of such person(s) or organization(s). 4. Owners, Lessees or Contractors: Any person(s) or organization(s) to whom you are obligated to procure additional insured coverage, but only with respect to liability for "bodily injury'', "property damage" or "personal and advertising injury'' caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of your "employees", your agents, or your subcontractors, in the performance of your ongoing operations. This insurance does not apply to "bodily injury'', "property damage", or "personal and advertising injury'' arising out of "your work" included in the "products-completed operations hazard" unless you are required to provide such coverage for the additional insured by the written agreement, and then only for the period of time required by the written agreement and only for liability caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of your "employees", your agents, or your subcontractors. There is no coverage for the additional insured for liability arising out of the sole negligence of the additional insured or those acting on behalf of the additional insured, except as provided below. If the written agreement obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out the additional insured's sole negligence. This insurance does not apply to "bodily injury'', "property damage" or "personal and advertising injury'' arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury'' or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services. 5. Architects, Engineers or Surveyors: Any architect, engineer, or surveyor engaged by you but only with respect to liability for "bodily injury'', "property damage" or "personal and advertising injury'' caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of those acting on your behalf: a. In connection with your premises; or b. In the performance of your ongoing operations. This insurance does not apply to "bodily injury'', "property damage" or "personal and advertising injury'' arising out of the rendering of or failure to render any professional services by or for you, including: © 2018 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. LC 20 581118 Page 3 of 4 a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury'', involved the rendering of or failure to render any professional services by or for you. 6. Any Person or Organization Other Than a Joint Venture: Any person(s) or organization(s) (other than a joint venture of which you are a member) for whom you are obligated to procure additional insured coverage, but only with respect to liability for "bodily injury'', "property damage" or "personal and advertising injury'' caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of those acting on your behalf: a. In the performance of your ongoing operations; or b. In connection with premises owned by or rented to you. This insurance does not apply to: a. Any person(s) or organization(s) more specifically covered in Paragraphs 1. through 5. above; b. Any construction, renovation, demolition or installation operations performed by or on behalf of you, or those operating on your behalf; or c. Any person(s) or organization(s) whose profession, business or occupation is that of an architect, surveyor or engineer with respect to liability arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving or failing to prepare or approve, maps, drawings, opinions, reports, surveys, field orders, change orders, designs and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury'', involved the rendering of or failure to render any professional services by or on behalf of you, or those operating on your behalf. The insurance afforded to any person(s) or organization(s) as an insured under this Item 1.: 1. Applies to the extent permitted by law; 2. Applies only to the scope of coverage and the minimum limits of insurance required by the written agreement, but in no event exceeds either the scope of coverage or the limits of insurance provided by this Policy; 3. Does not apply to any person(s) or organization(s) for any "bodily injury'', "property damage" or "personal and advertising injury'' if any other additional insured endorsement attached to this Policy applies to such person(s) or organization(s) with regard to the "bodily injury'', "property damage" or "personal and advertising injury''; 4. Applies only if the "bodily injury'' or "property damage" occurs, or the offense giving rise to the "personal and advertising injury'' is committed, subsequent to the execution of the written agreement; and 5. Applies only if the written agreement is in effect at the time the "bodily injury" or "property damage" occurs, or at the time the offense giving rise to the "personal and advertising injury'' is committed. © 2018 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. LC 20 581118 Page 4 of 4 Item 2. Blanket Additional Insured - Grantor Of Permits Paragraph 2. of Section II - Who Is An Insured is amended to add the following: Any state, municipality or political subdivision that has issued you a permit in connection with any operations performed by you or on your behalf, or in connection with premises you own, rent or control, and to which this insurance applies, but only to the extent that you are required to provide additional insured status to the state, municipality or political subdivision as a condition of receiving and maintaining the permit. Such state, municipality or political subdivision that has issued you a permit is an insured only with respect to their liability as grantor of such permit to you. However, with respect to the state, municipality or political subdivision: 1. Coverage will be no broader than required; and 2. Limits of insurance will not exceed the minimum limits of insurance required as a condition for receiving or maintaining the permit; but neither the scope of coverage nor the limits of insurance will exceed those provided by this Policy. This insurance does not apply to: 1. "Bodily injury'', "property damage" or "personal and advertising injury'' arising out of operations performed for the state, municipality or political subdivision; 2. Any "bodily injury" or "property damage" included within the "products-completed operations hazard", except when required by written agreement initiated prior to loss; or 3. "Bodily injury'', "property damage" or "personal and advertising injury'', unless negligently caused, in whole or in part, by you or those acting on your behalf. Item 3. Other Insurance Amendment If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person(s) or organization(s) that qualifies as an additional insured on this Policy, this Policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV - Commercial General Liability Conditions will not apply. Where the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV - Commercial General Liability Conditions will apply. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured for the same "occurrence", claim or "suit". © 2018 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of S LC 32199 1118 Policy Number TB5-Z91-476880-024 Issued by LM Insurance Corporation THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the follo�ing: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 1. Item 2. Item 3. Item 4. Item 5. Item 6. Item 7. Item 8. Item 9. Item 10. Item 11. Item 12. Item 13. Item 14. Item 1. Reasonable Force Non-Owned Watercraft Extension Damage To Premises Rented To You - Expanded Coverage Bodily Injury To Co-Employees Health Care Professionals As Insureds Knowledge Of Occurrence Or Offense Notice Of Occurrence Or Offense Unintentional Failure To Disclose Bodily Injury Redefined Supplementary Payments - Increased Limits Property In Your Care, Custody Or Control Mobile Equipment Redefined Newly Formed Or Acquired Entities Waiver Of Right Of Recovery By Written Contract Or Agreement Reasonable Force Exclusion a. of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury "Bodily injury'' or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury'' or "property damage" resulting from the use of reasonable force to protect persons or property. Item 2. Non-Owned Watercraft Extension Paragraph (2) of Exclusion g. of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 55 feet long; and (b) Not being used to carry persons or property for a charge; Item 3. Damage To Premises Rented To You - Expanded Coverage A. The final paragraph of 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: LC 32 199 1118 © 2018 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 5 Exclusions c. through n. do not apply to damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section Ill - Limits Of Insurance. B. Paragraph 6. of Section Ill - Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit is the greater of: a. $300,000; or b. The Damage To Premises Rented To You Limit shown on the Declarations. C. Paragraph 9.a. of the definition of "insured contract" in Section V - Definitions is replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; D. The paragraph immediately following Paragraph (6) of Exclusion j. of Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section Ill - Limits of Insurance. Item 4. Bodily Injury To Co-Employees A. Paragraph 2. of Section II - Who Is An Insured is amended to include: Each of the following is also an insured: Your "employees" (other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company)) or "volunteer workers" are insureds while in the course of their employment or while performing duties related to the conduct of your business with respect to "bodily injury'': (1) Toyou; (2) To your partners or members (if you are a partnership or joint venture); (3) To your members (if you are a limited liability company); or (4) To a co-"employee" or "volunteer worker" while that co-"employee" or "volunteer worker" is either in the course of his or her employment by you or while performing duties related to the conduct of your business (including participation in any recreational activities sponsored by you). Paragraph 2.a.(1)(a) of Section II -Who Is An Insured does not apply to "bodily injury'' for which insurance is provided by this paragraph. LC 32 199 1118 © 2018 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 5 B. The insurance provided by this Item 4. for "bodily injury'' to a co-"employee" or "volunteer worker" will not apply if the injured co-"employee's" or "volunteer worker's" sole remedy for such injury is provided under a workers' compensation law or any similar law. C. Other Insurance The insurance provided by this Item 4. is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or on any other basis. Item 5. Health Care Professionals As Insureds A. Paragraph 2.a.(1)(d) of Section II -Who Is An Insured is replaced by the following: (d) Arising out of his or her providing or failure to provide professional health care services. However, any "employee" or "volunteer worker" of the Named Insured who is acting as a Good Samaritan in response to a public or medical emergency or who is a "designated health care provider" is an insured with respect to "bodily injury'' and "personal and advertising injury'' that: (i) Arises out of the providing of or failure to provide professional health care services;· and (ii) Occurs in the course of and within the scope of such "employee's" or "volunteer worker's" employment by the Named Insured. B. With respect to "employees" and "volunteer workers" providing professional health care services, the following exclusions are added to Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability and Paragraph 2. Exclusions of Section I - Coverage B - Personal And Advertising Injury Liability: This insurance does not apply to: (1) Liability assumed under an "insured contract" or any other contract or agreement; (2) Liability arising out of the providing of professional health care services in violation of law; (3) Liability arising out of the providing of any professional health care services while in any degree under the influence of intoxicants or narcotics; (4) Liability arising out of any dishonest, fraudulent, malicious or knowingly wrongful act or failure to act; or (5) Punitive or exemplary damages, fines or penalties. C. The following definition is added to Section V - Definitions: "Designated health care provider" means any "employee" or "volunteer worker" of the Named Insured whose duties include providing professional health care services, including but not limited to doctors, nurses, emergency medical technicians or designated first aid personnel. D. Other Insurance The insurance provided by this Item 5, is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or on any other basis. Item 6. Knowledge Of Occurrence Or Offense Knowledge of an "occurrence" or offense by your agent, servant or "employee" will not in itself constitute knowledge by you unless your "executive officer" or "employee" designated by you to notify us of an "occurrence" or offense has knowledge of the "occurrence" or offense. LC 32 199 1118 © 2018 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 5 Item 7. Notice Of Occurrence Or Offense For purposes of Paragraph 2.a. of Section IV - Commercial General Liability Conditions, you refers to your "executive officer" or "employee" that you have designated to give us notice. Item 8. Unintentional Failure To Disclose Unintentional failure of the Named Insured to disclose all hazards existing at the inception of this Policy shall not be a basis for denial of any coverage afforded by this Policy. However, you must report such an error or omission to us as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. Item 9. Bodily Injury Redefined The definition of "bodily injury" in Section V - Definitions is replaced by the following: "Bodily injury'' means: a. Bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time; and b. Mental anguish, shock or humiliation arising out of injury as defined in Paragraph a. above. Mental anguish means any type of mental or emotional illness or distress. Item 10. Supplementary Payments- Increased Limits Paragraphs 1.b. and 1.d. of Section I - Supplementary Payments - Coverages A And B are replaced by the following: b. Up to $3,000 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. Item 11. Property In Your Care, Custody Or Control A. Paragraphs (3) and (4) of Exclusion j. of Section I - Coverage A - Bodily Injury And Property Damage Liability are deleted. B. Additional Exclusion Coverage provided by this endorsement does not apply to "property damage" to property while in transit. C. Limits of Insurance Subject to Paragraphs 2., 3., and 5. of Section Ill - Limits Of Insurance, the most we will pay for insurance provided by Paragraph A. above is: $10,000 Each Occurrence Limit $75,000 Aggregate Limit The Each Occurrence Limit for this coverage applies to all damages as a result of any one "occurrence" regardless of the number of persons or organizations who sustain damage because of that "occurrence". The Aggregate Limit is the most we will pay for the sum of all damages under this Item 11. LC 32 199 1118 © 2018 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 5 D. other Insurance This insurance does not apply to any portion of a loss for which the insured has available any other valid and collectible insurance, whether primary, excess, contingent, or on any other basis, unless such other insurance was specifically purchased by the insured to apply in excess of this Policy. Item 12. Mobile Equipment Redefined The definition of "mobile equipment" in Section V - Definitions is amended to include self-propelled vehicles with permanently attached equipment less than 1000 pounds gross vehicle weight that are primarily designed for: (1) Snow removal; (2) Road maintenance, but not construction or resurfacing; or (3) Street cleaning. However, "mobile equipment" does not include land vehicles that are subject to a compulsory or financial responsibility law or other motor vehicle insurance law where such vehicles are licensed or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". Item 13. Newly Formed Or Acquired Entities ) A. Paragraph 3. of Section II - Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain majority ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until: (1) The 180th day after you acquire or form the organization; (2) Separate coverage is purchased for the organization; or (3) The end of the policy period whichever is earlier; b. Section I - Coverage A - Bodily Injury And Property Damage Liability does not apply to "bodily injury'' or "property damage" that occurred before you acquired or formed the organization ; and c. Section I - Coverage B - Personal And Advertising Injury Liability does not apply to "personal and advertising injury'' arising out of an offense committed before you acquired or formed the organization. B. The insurance afforded to any organization as a Named Insured under this Item 13. does not apply if a Broad Form Named Insured endorsement attached to this Policy applies to that organization . Item 14. Waiver Of Right Of Recovery By Written Contract Or Agreement The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Commercial General Liability Conditions: We waive any right of recovery because of payments we make under this Policy for injury or damage arising out of your ongoing operations or "your work" included in the "products-completed operations hazard" that we may have against any person or organization with whom you have agreed in a written contract or agreement to waive your rights of recovery but only if the "bodily injury'' or "property damage" occurs, or offense giving rise to "personal and advertising injury" is committed subsequent to the execution of the written contract or agreement. Policy Number TB5-Z91-476880-023 Issued by LM Insurance Corporation THIS ENDORSEMEfVT CHANGES THE POLICY. P�.�A�� R�AD IT GAR�FULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance pravided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABiLITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LtABILITY COVERAGE PART COMMERCIAL LIABILiTY - UMBRELLA COVERAGE FORR/I A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule of this endorsement . We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. Schedule Name of Other Person(s) / Organization(s): Email Address or mailing address: Number Days Notice: Per Schedule On File W ith The Company Per Schedule On File With The Company 30 LIM 99 01 05 11 O 2011, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. COMMERCIAL AUTO CA 04 49 11 9 6 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 OO Insurance Services Office, Inc., 2016 Page 1 of 1 AC 84 071117 © 2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 10 Policy Number AS2-Z91-476880-014 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. Newly Acquired or Formed Organizations II. Employees as Insureds Ill. Lessor -Additional Insured and Loss Payee IV. Supplementary Payments - Increased Limits V. Fellow Employee Coverage VI. Personal Property of Others VII. Additional Transportation Expense and Cost to Recover Stolen Auto VIII. Airbag Coverage IX. Tapes, Records and Discs Coverage X. Physical Damage Deductible - Single Deductible XI. Physical Damage Deductible - Glass XII. Physical Damage Deductible - Vehicle Tracking System XIII. Duties in Event of Accident, Claim, Suit or Loss XIV. Unintentional Failure to Disclose Hazards XV. Worldwide Liability Coverage - Hired and Nonowned Autos XVI. Hired Auto Physical Damage XVII. Auto. Medical Payments Coverage Increased Limits XVIII. Drive Other Car Coverage - Broadened Coverage for Designated Individuals XIX. Rental Reimbursement Coverage XX. Notice of Cancellation or Nonrenewal XXI. Loan/Lease Payoff Coverage XXII. Limited Mexico Coverage XXIII. Waiver of Subrogation I. NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy, the words "you" and "your" also refer to any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain ownership of more than 50 percent interest, provided: A. There is no similar insurance available to that organization; B. Unless you notify us to add coverage to your policy, the coverage under this provision is afforded only until: 1. The 90th day after you acquire or form the organization; or 2. The end of the policy period, whichever is earlier; and C. The coverage does not apply to an "accident" which occurred before you acquired or formed the organization. AC84071117 © 2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 10 II. EMPLOYEES AS INSUREDS Paragraph A.1. Who Is An Insured of SECTION II - COVERED AUTOS LIABILITY COVERAGE is amended to add the following: Your "employee" is an "insured" while using with your permission a covered "auto" you do not own, hire or borrow in your business or your personal affairs. Ill. LESSOR-ADDITIONAL INSURED AND LOSS PAYEE A. Any "leased auto" will be considered an "auto" you own and not an "auto" you hire or borrow. The coverages provided under this section apply to any "leased auto" until the expiration date of this policy or until the lessor or his or her agent takes possession of the "leased auto" whichever occurs first. B. For any "leased auto" that is a covered "auto" under SECTION II - COVERED AUTOS LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured provision is changed to include as an "insured" the lessor of the "leased auto". However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: 1. You. 2. Any of your "employees" or agents; or 3. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. C. Loss Payee Clause 1. We will pay, as interests may appear, you and the lessor of the "leased auto" for "loss" to the covered "leased auto". 2. The insurance covers the interest of the lessor of the "leased auto" unless the "loss" results from fraudulent acts or omissions on your part. 3, If we make any payment to the lessor of a "leased auto", we will obtain his or her rights against any other party. D. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. E. The lessor is not liable for payment of your premiums. F. For purposes of this endorsement, the following definitions apply: "Leased auto" means an "auto" which you lease for a period of six months or longer for use in your business, including any "temporary substitute" of such "leased auto". "Temporary substitute" means an "auto" that is furnished as a substitute for a covered "auto" when the covered "auto" is out of service because of its breakdown, repair, servicing, "loss" or destruction. AC84071117 © 2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 10 IV. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS Subparagraphs A.2.a.(2) and A.2.a.(4) of SECTION II - COVERED AUTOS LIABILITY COVERAGE are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. V. FELLOW EMPLOYEE COVERAGE A. Exclusion B.5. of SECTION II - COVERED AUTOS LIABILITY COVERAGE does not apply. B. For the purpose of Fellow Employee Coverage only, Paragraph B.5. of SECTION IV - BUSINESS AUTO CONDITIONS is changed as follows: This Fellow Employee Coverage is excess over any other collectible insurance. VI. PERSONAL PROPERTY OF OTHERS Exclusion 6. in SECTION II - COVERED AUTOS LIABILITY COVERAGE for a covered "auto" is amended to add the following: This exclusion does not apply to "property damage" or "covered pollution cost or expense" involving "personal property" of your "employees" or others while such property is carried by the covered "auto". The Limit of Insurance for this coverage is $5,000 per "accident". Payment under this coverage does not increase the Limit of Insurance. For the purpose of this section of this endorsement, "personal property" is defined as any property that is not used in the individual's trade or business or held for the production or collection of income. VII. ADDITIONAL TRANSPORTATION EXPENSE AND COST TO RECOVER STOLEN AUTO A. Paragraph A.4.a. of SECTION Ill - PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to $50 per day and to a maximum limit of $1,000. B. Paragraph A.4.a. of SECTION Ill - PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the Declarations as something other than an auto dealership, we will also pay up to $1,000 for reasonable and necessary costs incurred by you to return a stolen covered "auto" from the place where it is recovered to its usual garaging location. VIII. AIRBAG COVERAGE Exclusion B.3.a. in SECTION Ill - PHYSICAL DAMAGE COVERAGE is amended to add the following: This exclusion does not apply to the accidental discharge of an airbag. IX. TAPES, RECORDS AND DISCS COVERAGE Exclusion B.4.a. of SECTION Ill - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes, records, discs or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records, discs or other similar audio, visual or data electronic devices: AC 84 071117 © 2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Setvices Office, Inc., with its permission. Page 4 of 10 (1) Are your property or that of a family member; and (2) Are in a covered "auto" at the time of "loss". The most we will pay for "loss" is $200. No Physical Damage Coverage deductible applies to this coverage. X. PHYSICAL DAMAGE DEDUCTIBLE - SINGLE DEDUCTIBLE Paragraph D. in SECTION Ill - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. When two or more covered "autos" sustain "loss" in the same collision, the total of all the "loss" for all the involved covered "autos" will be reduced by a single deductible, which will be the largest of all the deductibles applying to all such covered "autos". XI. PHYSICAL DAMAGE DEDUCTIBLE - GLASS Paragraph D. in SECTION Ill - PHYSICAL DAMAGE COVERAGE is amended to add the following: No deductible applies to "loss" to glass if you elect to patch or repair it rather than replace it. XII. PHYSICAL DAMAGE DEDUCTIBLE - VEHICLE TRACKING SYSTEM Paragraph D. in SECTION Ill - PHYSICAL DAMAGE COVERAGE is amended to add: Any Comprehensive Coverage Deductible shown in the Declarations will be reduced by 50% for any "loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. XIII. DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Subparagraphs A.2.a. and A.2.b. of SECTION IV- BUSINESS AUTO CONDITIONS are changed to: a, In the event of "accident", claim, "suit" or "loss", your insurance manager or any other person you designate must notify us as soon as reasonably possible of such "accident", claim, "suit" or "loss". Such notice must include: (1) How, when and where the "accident" or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. Knowledge of an "accident", claim, "suit" or "loss" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your insurance manager or any other person you designate has received notice of the "accident", claim, "suit" or "loss" from your agent, servant or "employee". b. Additionally, you and any other involved "insured" must: (1) Assume no obligation, make no payment or incur no expense without our consent, except at the "insured's" own cost. AC 84 071117 © 2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Setvices Office, Inc., with its permission. Page 5 of 10 (2) Immediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or "suit". (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit". (4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XIV. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph B.2. in SECTION IV - BUSINESS AUTO CONDITIONS is amended to add the following: Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period will not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. XV. WORLDWIDE LIABILITY COVERAGE - HIRED AND NONOWNED AUTOS Condition B.7. in SECTION IV - BUSINESS AUTO CONDITIONS is amended to add the following: For "accidents" resulting from the use or operation of covered "autos" you do not own, the coverage territory means all parts of the world subject to the following provisions: a. If claim is made or "suit" is brought against an "insured" outside of the United States of America, its territories and possessions, Puerto Rico and Canada, we shall have the right, but not the duty to investigate, negotiate, and settle or defend such claim or "suit". If we do not exercise that right, the "insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" and we will reimburse the "insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the date of reimbursement. The "insured" shall provide us with such information we shall reasonably request regarding such claim or "suit" and its investigation, negotiation, and settlement or defense. The "insured" shall not agree to any settlement of the claim or "suit" without our consent. We shall not unreasonably withhold consent. b. We are not licensed to write insurance outside of the United States of America, its territories or possessions, Puerto Rico and Canada. We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. Failure to comply with the auto insurance laws of other countries may result in fines or penalties. This insurance does not apply to such fines or penalties. XVI. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown in the Declarations for Physical Damage Coverage for Hired or Borrowed Autos, the following will apply: A. We will pay for "loss" under Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: AC 84 071117 © 2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Setvices Office, Inc., with its permission. Page 6 of 10 1. The most we will pay for coverage afforded by this endorsement is the lesser of: a. The actual cost to repair or replace such covered "auto" with other property of like kind and quality; or b. The actual cash value of such covered "auto" at the time of the "loss". 2. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss". 3, If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. B. For each covered "auto", our obligation to pay for, repair, return or replace the covered "auto" will be reduced by any deductible shown in the Declarations that applies to private passenger "autos" that you own. If no applicable deductible is shown in the Declarations, the deductible will be $250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVI of this endorsement does not apply. C. Paragraph A.4.b. of SECTION Ill - PHYSICAL DAMAGE COVERAGE is replaced by the following: b. Loss of Use Expenses For Hired Auto Physical Damage provided by this endorsement, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a private passenger vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay under this coverage is $30 per day, subject to a maximum of $900. XVII. AUTO MEDICAL PAYMENTS COVERAGE - INCREASED LIMITS For any covered "loss", the Limit of Insurance for Auto Medical Payments will be double the limit shown in the Declarations if the "insured" was wearing a seat belt at the time of the "accident". This is the maximum amount we will pay for all covered medical expenses, regardless of the number of covered "autos", "insureds", premiums paid, claims made, or vehicles involved in the "accident". If no limit of insurance for Auto Medical Payments is shown on the Declarations, this paragraph Section XVII of this endorsement does not apply. XVIII. DRIVE OTHER CAR COVERAGE- BROADENED COVERAGE FOR DESIGNATED INDIVIDUALS A. This endorsement amends only those coverages indicated with an "X" in the Drive Other Car section of the Schedule to this endorsement. B. SECTION II - COVERED AUTOS LIABILITY COVERAGE is amended as follows: 1. Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by any individual named in the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: AC84071117 © 2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 10 a. Any "auto" owned by that individual or by any member of his or her household; or b. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". 2. The following is added to Who Is An Insured: Any individual named in the Drive other Car section of the Schedule to this endorsement and his or her spouse, while a resident of the same household, are "insureds" while using any covered "auto" described in Paragraph B.1. of this endorsement. C. Auto Medical Payments, Uninsured Motorist, and Underinsured Motorist Coverages are amended as follows: The following is added to Who Is An Insured: Any individual named in the Drive other Car section of the Schedule to this endorsement and his or her "family members" are "insured" while "occupying" or while a pedestrian when struck by any "auto" you don't own except: Any "auto" owned by that individual or by any "family member". D. SECTION Ill - PHYSICAL DAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any individual named in the Drive Other Car section of the Schedule to this endorsement or his or her spouse while a resident of the same household except: 1. Any "auto" owned by that individual or by any member of his or her household; or 2. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". E. For purposes of this endorsement, SECTION V - DEFINITIONS is amended to add the following: "Family member" means a person related to the individual named in the Drive other Car section of the Schedule to this endorsement by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. XIX. RENTAL REIMBURSEMENT COVERAGE A. For any owned covered "auto" for which Collision and Comprehensive Coverages are provided, we will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of a covered physical damage "loss" to an owned covered "auto". Such payment applies in addition to the otherwise applicable amount of physical damage coverage you have on a covered "auto". No deductibles apply to this coverage. B. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending with the earlier of the return or repair of the covered "auto", or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred; or 2. $30 per day with a maximum of $900 in any one period. AC84071117 © 2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 10 D. This coverage does not apply: 1. While there are spare or reserve "autos" available to you for your operations; or 2. If coverage is provided by another endorsement attached to this policy. E. If a covered "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under Paragraph A.4. Coverage Extensions of SECTION Ill - PHYSICAL DAMAGE COVERAGE of the Business Auto Coverage Form or Section VII of this endorsement. XX. NOTICE OF CANCELLATION OR NONRENEWAL A. Paragraph A.2. of the COMMON POLICY CONDITIONS is changed to: 2. We may cancel or non-renew this policy by mailing written notice of cancellation or non-renewal to the Named Insured, and to any name(s) and address(es) shown in the Cancellation and Non-renewal Schedule: a. For reasons of non-payment, the greater of: (1) 10 days; or (2) The number of days specified in any other Cancellation Condition attached to this policy; or b. For reasons other than non-payment, the greater of: (1) 60 days; (2) The number of days shown in the Cancellation and Non-renewal Schedule; or (3) The number of days specified in any other Cancellation Condition attached to this policy, prior to the effective date of the cancellation or non-renewal. B. All other terms of Paragraph A. of the COMMON POLICY CONDITIONS, and any amendments thereto, remain in full force and effect. XXI. LOAN/LEASE PAYOFF COVERAGE The following is added to Paragraph C. Limits Of Insurance of SECTION Ill - PHYSICAL DAMAGE COVERAGE: In the event of a total "loss" to a covered "auto" of the private passenger type shown in the schedule or declarations for which Collision and Comprehensive Coverage apply, we will pay any unpaid amount due on the lease or loan for that covered "auto", less: 1. The amount paid under the PHYSICAL DAMAGE COVERAGE SECTION of the policy; and 2. Any: a. Overdue lease/loan payments at the time of the "loss"; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and AC84071117 © 2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 9 of 10 WARNING AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO THE LAWS OF MEXICO ONLY - NOT THE LAWS OF THE UNITED STATES OF AMERICA. THE REPUBLIC OF MEXICO CONSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATTER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NOT BE RECOGNIZED BY THE MEXICAN AUTHORITIES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT ALL IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. THIS ENDORSEMENT DOES NOT APPLY TO ACCIDENTS OR LOSSES WHICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNITED STATES OF AMERICA. e. Carry-over balances from previous loans or leases. This coverage is limited to a maximum of $1,500 for each covered "auto". XXII. LIMITED MEXICO COVERAGE A. Coverage 1. Paragraph B.7. of SECTION IV - BUSINESS AUTO CONDITIONS is amended by the addition of the following: The coverage territory is extended to include Mexico but only if all of the following criteria are met: a. The "accidents" or "loss" occurs within 25 miles of the United States border: and b. While on a trip into Mexico for 10 days or less. 2. For coverage provided by this section of the endorsement, Paragraph B.5. Other Insurance in SECTION IV - BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the following: If a "loss" to a covered "auto" occurs in Mexico, we will pay for such "loss" in the United States. If the covered "auto" must be repaired in Mexico in order to be driven, we will not pay more than the actual cash value of such "loss" at the nearest United States point where the repairs can be made. C. Additional Exclusions The following additional exclusions are added: This insurance does not apply: 1. If the covered "auto" is not principally garaged and principally used in the United States. 2. To any "insured" who is not a resident of the United States. XXIII. WAIVER OF SUBROGATION Paragraph A.5. in SECTION IV - BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of "accident", to waive rights of recovery against such person or organization. Policy Number: AS2-Z91-476880-014 Issued By: Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Name of Other Person(s)/ Organization(s): Email Address or mailing address: Number Days Notice: Per Schedule On File With The Company 30 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011, Liberty Mutual Group of Companies. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 1 Page 1 of 1 WC 42 03 04 B Ed. 06/01/2014 © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas Operations 3. Premium: The premium charge for this endorsement shall be 2.0 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Issued by Liberty Insurance Corporation21814 For attachment to Policy No.WC2-Z91-476880-035 Issued to Select Building Systems, Inc Effective Date Premium$ Endorsement No. © 2016 Liberty Mutual Insurance Page 1 of 1 WC 99 20 75 Ed. 12/01/2016 NOTICE OF CANCELLATION TO THIRD PARTIES A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule below. We will send notice to the email or mailing address listed below at least 10 days, or the number of days listed below, if any, before cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. Schedule Name of Other Person(s) / Organization(s): Per Schedule on file with the Company Email Address or mailing address: Per Schedule on file with the Company Number Days Notice: 30 All other terms and conditions of this policy remain unchanged. Issued by Liberty Insurance Corporation21814 For attachment to Policy No.WC2-Z91-476880-035 Issued to Select Building Systems, Inc Effective Date Premium$ Endorsement No. 006213�1 P�RFOWVIANCE BOND page '� af 3 � 2 3 4 5 � THE 3TATE OF TEXAS COUNTY OF TARRANt SECTION 00 6213 BQND NO.: 9�34776 PERF�RMANCEBONd � § KNOW ALL BY THESE PR�SENTS; § 7 That we, SELECT BUILDING SYSTEMS. INC. , known as "Prir�cipal" hereir� and 8 FI�E�ITY AND DEP051T COMPANY C}F MARYLAND. a corparate surety(sureties, if 9 more than ane) duly authorized ta do business in #he State of Texas, known as "Surety" 10 herein (whether ane or more), are helc€ and firmly ba�nd urtto the �eveloper, Johnson 1� Developm�nt Associates, Inc authorized to do busin�ss in T�xas ("Deve}oper") and ihe 12 Ci#y o� F'ort Worth, a Texas munic€pal corporation ("City"), in the pena� sum ofi, Two 93 Hundred Ninetvwtwo Thousand Sixtv-�hree & 57l1Q0 �ollars ($ 292,063.57), lawful 14 1� 16 97 18 19 2p money of the United States, to be paio� in F'ort Worth, Tarrant County, Texas for the payment af which sum well and truiy to be made jaintly unto the Developer and the Gity as dual obligees, we bind aursel�es, our heirs, executars, administrators, successars and assi�ns,. jaintly and severafly, firmly by these presents. WHERE�I,S, De�eloper and City ha�e entered into an Agreement far the construction of cammunity facilities in th� City of Fort Wnrth by �nd fihrough a Cammunity Faciliti�s Agreemen#, CFA Numb�r CFA25-09 Ot} and 21 WHEREAS, the Principat has eniered inta a eertain written contract with the �]eveloper 22 awarded the 18'" day af December , 202v, which Contract is h�reby rsferred to and 23 made a part hereaf for all purposes as if fuily set #or#h herein, to f�rnish all materials, 24 equipment labor and other accessories defined by taw, in the prosecution of the Work, 25 including any Change Orders, as prov{d�d for ir� said Contract designated as JDA Fort 26 Worth 27 NOW, THEREF�RE, the conditian o� this obiigatior� is such that if the said 28 Principal s�all faithfully perform it al�ligatians ur�der the Cor�tract and shall in ail respects 29 duly and faithful�y perForm the Work, including Change Drders, under the Contract, 3p according #o the �lans, specifications, ar�d contract documents therein referred to, and CI7Y O� FORi" WORT!-! STANDARD CIiY CONDITi0i�E5 �- E]�VELOP�RAWARD�D PROJ�CTS Revised January 31, 2042 JAA Fort Wnrth C�IU 106348 4L3fi213-2 PERFQRIUfA�JC� BOND Page 2 of 3 1 as well during any period of extension o# fhe Contract ti�at may be granted an the part of 2 the De�e�oper ancflor City, ther� #his obiigation shall be ar�d become nu�l and �oid, 3 ott�erwise to remain in full force and effect. 4 PROViDED FURTWER, that if a�+y legal action be filed on this Band, venue shafl 5 !i� in Tarrant Caunty, Texas or t�e United Staies District Court for the Northern ❑is#rict of 6 Texas, Fort Wortf� Division. 7 This bond is made and Executed in compiiance with the provisions of Chapter S 2253 of the Texas Government Cade, as arnended, and all liabilities an this bor�d shall 9 be determined in accordance wi�h the provisior�s of said statue. 10 IN WITNESS WHEREOF, the Principal and the Surety ha�e 51GNED and � 1 SEALED this instrument by duly authorized agents and officers an this the 30T" day o� 'f 2 DECEM BER, 2Q 25. 13 14 15 1fi 17 �$ 19 20 21 ATTEST: 22 23 �d��t�k 24 (Principal) Secretary 25 26 27 PRINCIPAL: SELECT BUIL.DiNG SYSTEMS. INC. �,� m r d�• i%vre�/� , EX�z v. P �� * / � . /��'I,1' ,/ri� - — l � / . �,A� ��J 5� �A N�y � �Ec.�.�t�p�-`� l J Name and Title Address: 17 Scenic Loop Road Boerne, TX 78046 CITY OF FORT WORTH JDA Fort Worth STANpARD CITY CONDITIQNS — DEVELOPER AWARDE� PROJECTS CPN 106348 Revised January 37, 2012 006213-3 PERFORMA�ICE BOND Page 3 of 3 � 3 4 5 6 i s 9 1D 11 12 13 �4 15 �6 17 18 19 24 21 22 23 24 25 26 27 28 Witness as to Principai �� /Y1 w� � SURETY: FiDEL�TYAND DEPOSIT COMPANY 4F MARYLAND ��! � � .� ��! �� Signature Dana Mich�aelis, Attornev-in-Fact Name a�d Tifle Address: 2000 W. Sam Housta� Pkwv. S. ; � �'„c,� 6,'� G�» � � Witness as t�.� rety One Briarlake Plaza-Suite 900 Houston, TX 77042 Telephone Numl�er: 713-787-7240 *Note: If signed by an officer of the Surety Company, there must be on file a cerkified �xtrac# from the by-laws showing t�at this person has authority ta sign such obiigation. If Surety's physical address is difFerent firom its mailing address, both must be provided. Tt�e date of the bond shall not be priar to the date the Cantract is awarded. CITY OF FORT WORTH STA�fDA�D CiTY CONQITIONS — DEVELOPEf2AWARDE� PRpJECTS Revised January 39, 2012 JDA Forf Warth GPN i06348 7URICH AMERiCAN IIVSLiRANCE COMPANlr' COLONLAL A11�[EFt1CAN C.ASU.ALTY AND SURETI' COI�IPAi�'l" H CbEL1'f'4' AiVb DEPOSIT COMPANY pF 11�iAR1'C.ANb �01h'ER OF ATTORNF.Y KNQW ALL MEN BY THESE PRE5ENT5: That the ZURICH AMERiCAN 1NSURANCE COMPANY, � corporation of Che 5tale of Ne��� Yark, tlie COLONiAL AMERICAN CASUALTY AND SUiZETY CQMPANY. a coiporation af tlie State of Illinois, and the FIDELITY AND DF�POSI"I' COivEPANi' OI' MARYLATdD a corporation of tl�e Sfate of lllinois (E�ereir� collectively called the "Companies"), by Robe�-t D. MuE-ray. Vice Presic�ent, in pursuance of autho�-iry granted by Af-Eicle V, 5ection 8, of �tae By-i_.aa�s of said Companies, �vi�ich are set forth o« t3�e reverse side hereof attcf are here6y cerlified to be in full tbrce and effecE on the date k�ereof, du ��ereby non�inate, constitutc, and appoinE Greg LE.IL�NE, Mary GAINEFi, Uana 1�ilCFIAELIS,111artin R.1i'ILLCAi17S, Dane R. �VLGHEI,i11 and Uoag Uti1�LAP, JR., all of San Antonio, 7'exas, its true and IaN=fu] agent and Aktotney-in-Pact, ta jnake, execute, seal and deliver, for, and on its bel�alf as surety, and as its aet and deed: any and sll bonds and u�edertaldngs, a��d the e�ecution of such bonds or under[�3�ings in pursuance of tl�ese presenEs, shall be as binding upon said Companies, as fiilly a��d a�nply, to all inteczts as�d purposes, as if they ha�l been duly executed a�id acicnowfedged by the regula�-ly elected officers of the ZUFiICH AMERICAN INSCTR,ANCE COMPA�IY at its office in Ne�v York, Neti� Yorlc.. the regula�-ly elected of�cers oFthe COLONIAL AMER[CAN CASUALTY AND SUiZETY COMPANY at its office in O��=ings Mi€Is, Maryland., and the regularly etected officers of tl�e FIDELTTY AND T)EPOSIT COMPANY OF 11�ARYLAND at ifis ot�ice in i)wings iVii[ls, Maryland.. in tE�cir mvs� prnpee persons. The said Vice President does E�ereby cettify that the eYtracc set fo��li on tlie re�erse side I�ereof is a hue copy of Art€cle V, Section 8, of [he By-Laws of said Campanies, and is npw in force. IN WI'1'1�ES5 WHER�aF, the said Vice-C'resident has l�eecunta subscribed hisllier uui�es vid aftixed the Ca�porate Seals o1'the said ZiTIi�CH AMFRiCAN [NSURANCE COMPANY, COLOMAL AMEkiICAN C,�SU.�#LTY AND SLiRET'Y C`O1�iPAN1', a�d FI�ELITY AND DEPOSIT COMP�INY OF M�IRYLAND, this 1�th day of March, A.B. 2(323. ,,,,,������„ „����,,,,, ,,, ��„�,. �.."��:�i>11:g��'•,. .•••�1ih��{iqa`Y',.,, �.`'�o5�t1Cy'np�'q. _';<•r�i�Pt)Rq�;=r'=='i'�OQVOtiv�`F�`? 'O4QµP0'qv�'o�= =�•u m:�:__fu mYo`=cic, '^`••'= ' � SEAL � r _ �,; SEAL = _ � " I SEAL =G = =�� -�a: --=t + �.J�,�......: `' ` � ?,• - • 4�. ... � ��� � �+�+y';�+T ,�tlr�'Lvr�Nr `Y. F �::' r'1.l,lL' l l : �ilil��t�ii��� � IIII��N'�� �Ill�i������� ZIJIi1CH AMERICAIV INSURANCE COMI'ANY COI.QNfAL AMERiCA�I CASiJALTY AND Si1RET5' Cf7MP�tIV :' FIUEIJTl' AND I7TPOSIT ('OhiC'ANl' l7E' M1'�ARYL:�NL` ��� B�J: Ro6er7 D. :LIrn�Frrs� f�'iee Pr�sidefrt . �i_.�� ...� _ �-r �(:'�, ;. 6v: Daivn E. Rrowrr SecrePary State of lV[�r,yland Countv of Baltirnnre On cliis I Sth day of Mareti, A.D. �0?3, beiore the subscribcr, a Nu[ar}� Public of lhe Suite oFMarS'land, duly commissioned and qualified_ Rubert D, Murray, Vice t"resideut and Lla�vn E. Brown, 5ecretary of the Companfes, to ine personally known to be the individuals and officars descriUed in and who executed the precedi2�g [nstrument, and ackuowledged thz esecu[ion oFsaFne, a��d 6eing 6y me duly swom, deposetl� and saic�, that helshe is the said afficer of the Cnmpany aforesaid, and that the seals affixed to the preceding insirument are the Cnrporate Seals of said Cnn�panies, and that the said Corporute Seals and thc signature as such otticer werz duly atli�:ed and subscrfbed io ihe safd inslrumenl by lhc authority und dfrecifan of the said Corporations. IN TGSTSMONY WHER.EOF, I have tiereunto sec my hand and a�xed ��iy O�c[al Seal the day and year first aUove `�ritten. _ � .fM1,. � - '�yVT.it'iY-,c_ � � `L9�i4 '�,- ���L. � , ,s�seu,� �'Nan� Pu6l¢ M}� Coi3irn�ssion E�p�res Septem6er 3�, 'tl_'3 Authe�ticity of this bond can be confirmed at k►ondvali�3ator.zurichna.cam or 410.559-8794 EXTRACT FROM BY-LAWS OF TH� COMPANI�S "Article V, Section S, Attomevs-in-Fac�. The Chief �Yecutive Officer. tlie President, of- any Executi��e Vice President or Vica Yresident may, Uy kvr�tteti instrutnent mtdcr €he attested corpoE'ate seal, appoint a[torneys-in-fact with auEhority io execute bonds, policies, recogi�iiances, st�pulaCions, undertaicijigs, or o47ier lilce instruments an belialf of die Conzpac3y, and may audlorize any otficer nr a��y such attor3�ey-in-fact to aftix the coeporafe seal tliereEa; and ma�� witli or witl�out cause mudify of revoke any such appoint�nent or authority at any ti�ne." CERTIFlCATE [, tl�e ��nde�-signect, Vice P3-esident at' tlie ZURICI3 AMERiCAN INSUFZANCE COMFANY, the COLONIAL AMERICAN CASUALTY AND S�1R�TX COMPAIVY, and die FIDELITY AND DEPOSIT CDMFANY �F MARYLAND, do herebJ� certiiy tl�at tl�e foregoing Power of Attorney is still in full foree and etfeet on the ciaie of tlais eertifeate; and 1 do fitrther eertify Chat Articie V, Seetiou $, of tiie Ry-La�us of die Comp�iies is stiil in force. This Pawer• of Atton�ey and Certifcate may be signed by facsimile s�nde�- a�3d by auYliority oFtE�e following 3-esolittiott of dte �3oard of Dieectors of die ZUWCH AMERICAN INSUfZ11NCE COMPANY at a c�3eeting duly called and f�eld on �4�e 15tii day of �ecen3�ier 1998. RE50LVED: "T17at the signature af tlie Yresident or a Vice Presidcnt and tl�e attesting sigoature af a Secretary or an Assistant 5ecreta�y a�id the 5eal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power m� any ceitificate thereof bearing such facsimile signature and seal shall be valid and bii�ding on tfse Compa�iy." This Power of Atiorney and Ceitificate may be signed by facsimiie [�ttder ar�d by authority of tl�e foElowing resokUtion of dte Boa��d of Directors of the CDLON[AL AMERiCAN CASUALTY AND SURETY COMPAN'Y at a�neeting duly called and held on d�e St� day of May, f994, and t��e Follorvina resoluiion of tl�e Board of Directors of the FIDELITY AND DEP05IT COMPANY DF MARYLAND at a meetinQ duly called and held on the IOd� day nfMay, 1990. i2ES0L,VF,D: "That the facsii�3ile or mec�anically repeoduced seal of the company and facsimile or mecEzas�ically re�rodticed signahire of anv Vicc-President, Se�retary, or Assisian[ 5ecretvy of the Comp�iy, ��hether made heretofore or hereafter, whereve3- appearing upon a certified ��ony of any power of'atton�ey issued by ille Company, shal] Ue valid and bie�ding upos� the Comp�uiy with the saane force and effect as t�oi�gl� rn�m�ally affixed. 1N TESTTMONY WHER�OP, I h�ve hereunto s�bscribed �tiy na�r,e a�id a�tixed the corporate seals of the said Companies, this 30th uav of December , 2025 . , „����„„ „m„�„� n�y0. Go�y "�,,' `-� -_a•��„', .•�C�1:,'�.���Nay�., ��"q�,.pQ.q.�yl, -' f'ft�PO�`��-, �_ ? ialoQ.PUp9ji �i � `G r'OA yl �aJ=; ="`3 SEAL��i�= ��L'SEAL�`:a: �`:"SE11L`Pe;'-_ "c-i f."_ ,i; '1 it; _ ,..� _ �?`� -0y,} ��, 1....... :y(r-. 1'�µr .... ����� �' ������C� By: Maiy Jean Pethick Vice President TO REPOR7" A CLATM WITH REGARB TO A SURETY BOND, PLEASE SUBMIT A COMPI�ETE DESCRIPTION OF TNE CLAIM CNC�UDXNG TH� FRINCIPAL ON �'HE BOND, THE BOND NUMBER, AND YOUR CONTACT 1NFORMATION '�'O: Zuricl� �5urety Claiins 1299 Zw�ich Way ScE�au�nburg, IL b0196-1056 renortsfclaims(E�ztirichna.com S00-G2G-4577 Authenticity of this bot�d can be con�rmed at bondvalidator.zurichna.com or 41 Q-559-8790 �� Disclosure Statement ZURICH � NOTICE OF DISCLOStJRE FOR AG�NT & BROKER GOMPEI�SATION If you want to learn more about the compensation Zurich pays agents and brokers �isit: https:Ilwww.zurichna.comlprod ucercompensation or call the following tall-free number. (866) 903-1192. This No#ice is pro�ided on behaff of Zurich American Insurance Company and its underwriting subsidiaries. u-�u-8�a-g cw ta2r2s� Page 1 of 1 Disclosure Statement It is our pEeasure ta present the enclosecE policy to you ior presentation to your customer. INSTRUCTION TO AG�IVT OR SROKER: � ZURICH WE REQUIR� THAT YOU TRANSMIT THE A77ACHE�IENCLOSED DISCL05URE STATEMENT TO THE CIJSTOMER Wli'H ThiE POLECY. Once again, thank you for your interest, and we fook farward to meeting your raeeds and those af your customers. U-GU-873-A CW (OB111) I'age 1 of 1 oos2�a-� PAYMENT BOND Page 1 of 3 1 2 3 4 5 6 7 E�3 9 '10 THE STATE O�' TEXAS COUNTY OF TARF�ANT SECTI�N 00 62 94 PAYMENT BOND B(7ND NO.: 9434776 § § KMOW ALL BY THES� PRESENTS: § That we, SELECT �UILDING SYSTEMS. �NC. ,�cnown as "Principaf" I�erein, and FIDELITYAN� DEPOSIT COMPANY O� MARYI�AND, a corporate surety ( or sureties if more than one), duly authori�ed to do business in th� Sfiate of T�xas, known as "Surety" herein (whether ane or mare), are held and firmly bound unto the �ev��ap�r, Johnson 11 D��elopm��t Associates, Inc authorized to do business Fn Texas "{Developer"}, ar�d th� 12 City of �art Worth, a Texas municipal corporation ("City"), in the penai sum af Twa �3 Hundred Ninetv�two Thousan� Si�v-three & 571100 Dolfa�s ($ 292,063.57)lawfui 14 money of the United Siates, to be paid in Fort Worth, Tarrant County, Texas, for the 15 payment of whic#� sum weli and truly be made jointly unta th� Developer ar�d the C�ty as 16 cival obtigees, we bind ourselves, our h�irs, execu#ors, administrators, successo�s �nd 17 assigns, jairttly and seWerally, firmly by these pr�sents: � 19 20 WHEREAS, Developer and City �ave enter�d into an Agr��ment fiar the con�tructian of cammunity faciliti�� in the City of Fort Worth, by and through a Community �aciliti�s Agreement, CF�1 Number CFA25-0100 and 21 WHEREAS, Pr�ncipat has er�t�red into a certairt written Con�ract with Deuelpper, 22 awarded the 9 8th day of D�cemlaer , 202� , which Contract is hereby refsrred to and 23 made a pari hereo�F for ali pucposes as if fully set forth h�:rein, ta furnish all mat�ri�ls, 2�4 equipment, labor and other accesso�ies as de�ned by law, in the prosecutian af the 25 Work as pro�ided for in said Can#ract and designated as JDA Forf Worth. 26 NOW, TWEREFOR�, THE CONDlTION �F THIS OBLfGATION is such that if 27 Principal shal� pay all monies owing to ar►y (and all) paymer�t bond ber�eficiary (as 28 defined ir� Chapter 2253 af �he T�xas Gavernment Code, as amended) in the 29 prasec�tiar� of the Work und�r the Cantract, ihen this o�ligatian shall be and become 30 null ar�d void; otherwise to remain ir� full forc� and effect. CITY OF F�iiT WORTW STANDAR{? CI"I"Y CONDITIONS — CI�VELOP�RAWARDED PRpJEC7S Revised January 31, 20�2 JDA Fort Worth CPN 106348 006214-2 PAYMENT 60ND Page 2 of 3 1 2 3 4 5 6 7 SURETY: 17 Scenic Loop Road Boerne, TX 78046 Fidelitv and Deposit Cornpanv ofi Marvland ., ATTEST: BY: — 4 Y L.t-L%�� CITY OF FORT WpRTH JOA �ort Worfh STANDARD GITY CO[�p1710NS — bEVELDPER/1WARDED PROJECTS CPN 906348 Fievised January 31, 2012 This bond is made and execu#ed in compliance with the pro�isions of Chap�er 2253 of the Texas Go�ernmer�t Code, as amencEed, and afl liabilifies on this bon� shalE be determir�ed in accordance with fihe pro�isior�s of said statute. IN WITNESS WHEREOF, #he Principal and Surety have each SIGNED and SEALED this ir�strument by duly authorized agents and officers on this the 30th day of December, 2D 25 . ATTEST: �i r � - ,,_., {P�incipai) Secretary PRINClPAL: SELECT BUILDING SYSTEMS, INC. �, o � ��� ,,�� U� � BY: � � Y� Signatur� �C►�+A�1 � QA►�E�r . ��-N � � Name and Title Address: �� Witness as ta Principal ���r�`;"�� 006214-3 PAYMENT BOND Page 3 of 3 Signature 'v �� {5urety) Secretary Dana Michaelis, Attornev-in-Fact Name and Titie Address: 2000 W. SatrE Hauston Pkvuv S. C � c�C.0 ( (.�-�.�� �_ ��� Wiir�ess as to urety One Briarlake Plaza-Suite 9�0 Houston, TX 77042 Telephone Number: 713-787-7240 1 2 Note: If signed by an officer af the Surety, there must t�e on file a ceriified extract from 3 the byfaws showing tha# this person F�as authority to sign such obligation. if Surety's 4 physical address is different from its mailing address, bath m�st be pro�ided. 5 6 7 8 The date �f the bond shal� nflt be prior to tha date the Contract is awarded. EN� O� SECTfON CITY �F FORT WORTH JDR Forf INorth STANDARD CITY CpNDiTlO�iS — DEVELOPERAWARDED PROJECTS GPN 706348 Revised January 31, 2012 ZURICIi AME12iCA1V i1V5L�RA9VCF.. C011iPANY COLpNIAL AEI9ERICAN CASITALTY .AN� SLiT�TY CO�fPANY FFDELi'T1' A\'D BEPOSIT COMPANY OF NLaRY'LANU POWER E}F ATTORNEY KNOW ALL 1b1EN BY TI-IESC PRE5LNT5: That ihe ZURICH 11ME.R➢CA�I INSURANCE CDMPANY, a corporation of che 5tate ofi�iev� York, the COLONIAL AMEItiCtLN CASLIA�.7"'Y E1ND SURETY COMPANY, a co�poration of the State of illinois, and tlie FiD�LiTY AND DEPOSIT CDMPANY OF MARYLAN� a corporatiou oftk�e 5tate ofIllinois {lierei�3 collectively called tlie "Companies"), b�� Rubei�l D. Mun�ay, Vice President, in pursua�ice o#'airthority granted by Airticle V, Section 8, of the By-La��rs of sa'sd Companies, �vhich are sct fnrth on the reve�-se side hereoFand are (iereby certified to be in full for�e a��d effect on lhe date �3ereof, do liereby nominate, conskitute, ac�d appoint Greg LEJUNE, Mary GAll1'�R, Dana �llCH��LIS, Martin R. �'VILLiAMS, Datte R. WIL�[EL�[ and Doug DUIVL.AP, JR., all of San Antonio, Texas, its true and lawful agenC and Attorney-in-Fact, to make, e3ecute, seal �nd deliver, for, ai�d on its behalf as stirely, aiid as its act and deed: any and a�l bands and undertalcings, and tlie execution of such bo3�ds «r undertakii�gs in pursuanee of these presencs; shall be as liinding upon said Com�anies, as fully and amply, to all infents and puiposes, as i F tk�ey had been duEy executed und acicnowled2ed by the �-eg�larly elected offcers of the ZURICH AMEitICAN TNSURANCE CE}MPANY at ics office in N�w York, Ne«� York., the regularly elected officers of the COLONIAL ANf�i2iCAN CASLIALTY ANi] SUR�'TY COMPANY aC its office in O��rings Mills, Mar}�land„ end the regEt[arly elected of�cers uf lhe F[D�.LI'1�Y ANL} DEPOSIT COMPANY OF MACZYLAI�D at its oftice in Owings Milis, Marvla�id., in tlieir own proper pe3-sons. '!"i�e said Vice President does hereby ce�rtify tEtaE the extract set Forth on Ehe reverse side hereof is a hve copy of ArCicle V, Section 8, of the By-La«�s of said Compa�iies, and is t3o�v in force. liV W[TNE55 WFiERLOF, tlte said Vicz-President has hereunCo suUscribed his/her names and aflixed the Corporate Seals of the said ZL1RiCH :1MERICAIV ii�TSLiR4NCE C011TPAN'1', COLONTAL AI�iERICAN CASUALTl' A1VI? SI�RE�i'Y C011�PAN7 , and FIDELITY AND D�POSIT COM�'ANY OF IVIARYLAND, Ehis E�th day of Marcli, A.D. 2023. ``�lGv�.�1-l.lv',�ry o'�,�.��°:����a � �r`° s,t�Lo.r,"'�. , •' 2p ,. � .: c' �� :,; ,,..:. . -cq,��'s�l � 0�,a . ,......tio,� ••,, _F:{°pr ua��, �_- t,�rWa��; _' o Pvnqy y.- n��a O r�o "�?VSEAL�� __;.S�SEALmir___'�SEkL`�{�= : �`'�.. ,... -.:.••' ' ��%.`•� .,.. `:z'�=: A���•��� 1i1� i+'ll ;µ Ff l l�ST. zue�cr� a,n�rcrz�ca�v i�suR.a�wc�, com�arv�° CDLONIAL AMLRICAN CASIfALTY A1VI) SL�R�T!' CONfI'AH�' FID�LITY AND D�POSi'F COMPANI' OF b�RYLAND 1-�� B�-: Itnbel•t D. 1Lfw�rav Vice Pt�esident .,...i `�_l,_r�.t. -� Rt�' Daew� E. Bro�vn Secretai-�� Stake ofA-iaz'vland County of Baltimore Dn this l5th day of March, A,�. �d23, befure th� suliscri6er. a Noiary Puhlic of the State of Marylarid, duly commissioned and qualified, Itabert D. hlurray, Vice Presidenl xnd Dawn E. $rown, Secmtary aY the Companfes, ro me personaliy knotiwi tu 6e the fndivfduals and ofticers descriUed fn snd who executed the preceding instrument, and acknowledged the execut�oci of saine, and 6eing by me duly sworn, deposetlz and safih, that helshe is the safd ollicer of the Company aforesaid, and [hat the seals aYfixed to the preceding inscrument are thz Corporate Seuls uFsaid Compun�es, and that thz sald Corpor�te Szals and the signature as sucl� officer �i�ere duly affixeci and subscr56ed to ihe said [nstrument by the authority and directio�� of the said Corporutfons IN 'I'ES'PINEDNY WH�REOF, I have liereun[o set my hand and affixed my Of�cial Seai the day and year first above u�itten_ °E4;:. D'"/"//'7]� �J ''�!`�s��r� �= /1 l,�A%4= 'i' 'c�l��/� - lt':1 BilflCl •�'.• Ivonn� Pi�hhc Mr� Cammis�ian Hspves Sepieinber 70_ ]0?3 Authenticity of tbis bo�d can be co�lirmed at bondvalidator.zurichna.com or 41Q-559-8790 EXTRACT FROM BY-tAW$ OF Tl-IE COMPANIES "Article V, Sectic3n 8. Attosnevs-"sr�-Fac�. The Chief �xecutive Officer, the President. oE- airy Esectiti��e Vice President or Vice President inay, by ��°rittcc� instiument under thc attested coi�orate sea�, appoint atto�,ieys-in-fact �vitk� autl�oriry to execute bonds. �olicies, recognizat�ces, sti�t�latiocts, uRdcetakings, nj� otlter like instruments on behalF c�f' the Cotnpany, an[i may authorize any ofFicer or a��y such attorney-in-faci to affix lhe co�porate seal tE3ereto; and mny r��ith or without cause modify of re�oke any sucl� appoinimenE or authvrity at any time." CER71F'ICAT� F, tl�e undersige�ed, Vice 1'reside��t of the ZURICH AMER[CAN 1N5UR4NCE COMPANY, the COLONIAL AMLRICAN CASUALTY AND SURETY COMPANY, and the FiDELITY ftlVD D�P05IT COILiPA1*TY OF MARYLAND, do hereby cerki'ty that die foregping Power of Attorney is still in full force and effect on the date of this certiticate; and 1 do fiutlier certify LhaC Article V, Sectio�z 8, of the By-Laws of die Companies is still iji force. This Power of ATtniney and Certiticate ct�ay bc sig��ed by facsimile under a�id by aulhority of d�e followiezg resolution of tt3e Saa��d of Directors of die ZUR�CH AMLRTCAT� iNSURANCE COMC'ANY a[ a meeting duly called a�id t3eld an c�ie l5th day ofDecembe�- t998. RESOLVED: "T17aL the signaC�re of tk�e Yresident or a Vice Yreside«t and the attesting signature oFa Secretary or an Assisttutt 5ecreta�y v�c3 the 5eal of the Company may be affixed by facsimile on any �'ower of Attarney...Any such Power or any cerCif cate Chereof bearing such facsimile signatm•e an�t seal shall he valid and binding on �]�e Company." This Power of Attorney and Certificate may be signed by facsimile under and by autk�ority of tl�e following resolution of the Board uf Directors a� the COLONiAL AIvfERICAN CASUAi_TY ANT7 SURETY COM�'ANY at a mee[ing duly called and l�eld on tlie StJi day of Zv[ay, 1994, and 1.lte fol]otuing reso[�ttion of the Board of Directors of d�e FIDELITY AND D�'POSIT COMPANY OF [vEARYLAND at a meeting duly called and held on the IOtE� day of May, 1990. RESOLVEi]: "Tl�at fhe facsimi3e or tnechanically reprodi�ced seal of llae compa�tiy and facsimile or inecha�iically re�roduced sigs�ature of any Wice-PresidenC, Seceetary, ar Assistant 5ecret�rry oC tf�e Company, �n-��ether made heretoiore or hereafter, wherever appea��ing iipon a ces-titie� copy of any pnwer of attorney issued by tl�e Comp�my, silall Ue valid a�id Uiiiding upon tlte Comp�u3y «�ith Che same force and eftect as khougli �iianua[ly af�i�ed. IN TES'CI�v�O%IY WE-TEREQF, i have hereur�to subsc�iUed my name and aC�xed tlie co�porate seals of ti�c said Corupanies, khi_ _30ti3 ,f�� af December . 2625 . ,,.,,��,,,,,, ,,,,.����,�.,,� •��:�ti�c9'�;��""-•. :`hf�' , ��e,�.4� .. ,' +.OQf�POq4j'. R�' Oki '`. '' - s foP rrj ��� '_ ; o IO f\ o�x - �-'c �_: `5fU M��= � :v5�AL ��_ '-� SEAL e _"��SEAL��== =F_��Y l�` =d.: _ ''l fr� � ...... {` ' '.�`•-1... .•q, ,' 'rt;�i;or� �n� P� ����c,�_ By: Mary Jean Pethick V ice President TO REPORT A CL.A�M WITH REGARD'l'O A SL3RETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF TH� CLAIM IllCLiJDING T��IE PRIIl�CrPAL ON 'TH� BOND,'I'H� BOND NUMBER, AND YOUR CONTACT 1NFORMATION TO: Zuricli Surety Claiins 1299 Zuricl� Way 5chaumburg, iL 60196-1056 res�orts#�cl1i ia�sc��.zurichna. cos�i SQO-626-4577 Aathenticity of this bond caa be confirrned at bondvalidator.zurichna.com or 410-559-8790 � Dis�losure 5ta�ement ZURICH NOTICE OF I]iSCLOS[1RE FOR AGENT $� BROKER COMPENSA710N If you war�t to learn more about the compensation Zurich pays agents and brakers �isit: hYcps:Nwww.zurichna. comlproducercompensation or call the following tall-iree number. (866) 903-1192. This Notice is pro�ided on behaff of Zurich Arr�erican Insurance Company and its underwriting subsidiaries. U-GU-874-B CW (02123) Page 1 of 1 Disclosure Statement It is our pleasure to present the snclosed policy to you for presentation to your customer. INSTRUCTION TO AGEI�T OR BRO�CER: � ZUR�CH W� REQUIR� THA7 YOU TRANSMIT THE ATTACHEDIENCLOSED DISCLOSURE STATEMENT TO THE GUS70M�R WITH THE POLICY. Once agair�, thank you far your interest, and we Inok forward to meeting your needs and those of your custorners. u-�u-s�a-a cw �osr� � � Page 1 of 1 006219-� MAINTENANCE 80ND Page 1 of �4 � 2 3 A� 5 fi 7 0 � 10 TH� STATE O� T�XAS CDUNTY QF �"ARRANT sECT�oN ao �� � � MAINTENANCE BDN� � � B�ND NO. 9434776 KNQW Ak.l� BY THESE PRE5IENTS: That we SE�.�CT BUILDING SYSTEMS. INC , known as "Principa!" h�rein a�d FIDELITYAt�Q D�POSIT GOMPANY �F MARYLAND, a carporate �urety �sureties, if more than one) duly authorized ta da business in the StatE of Texas, known as "Surety" 11 herein (vuhether one or more), are held and firmly bound unto the Deueloper, Jahnson 12 f�eaelopmentAssociates, fnc. aut�arized to do business in Texas ("Developer") and the 13 City o�F ��rt Worth, a Texas munfcipal corporatian ("Cify"), in the sum of Two Hundred 14 Nin�tv-�rva Thausand Si�v-three � 57/100 Dollars ($ 292.063,v7), IawfuE rrion�y flf 15 � �i 17 'E 8 19 the United States, t� be paicf in Fart Wo�th, Tarran� County, Texas, for payment af w�ich sum wetl ar►d truly be made jaintly unta the Deueloper and the City as duai oblfgees and their sc�ccessors, we bind ours�lv�s, aur heirs, executors, adrninistrators, successars and a�signs, jointly and sc���rally, firmiy by these presents. 20 WHEREAS, Der►�loper and City hawe �ntered into an Agreemer�t for the �1 co�structian of aommuni#y facilities in t�e City af Fori Worth by and fihrough a 22 Community Facilities Agreem�nt, Cf-A Number CFA25W0104 and 23 WHEREAS, th� Principal has entered into a certair� wrlfit�n confiract with the 24 Der�el�per awarded the 18'" day of December , 2p25 which Contract is ��rsby referred 25 to and a made �a�t hereof for all p�rposes as if fully set fo�th herein, to �urnish all 26 materia4s, equipment labor and oth�r accessori�s as defined by law, in th� prc�secution 2i of th� Work, including any Work resulting from a duly a�utharized Change Order 28 (call�cti�ely F��rein, the "Woric") as provided for in said Car�tract and d�signated as JDq 29 30 Fort Worth and ciry ar- FORr woRrH STAN[7AFtD CITY CONbITiONS �- �EVE�OPERAWAFtIJ�� PROJ�C75 Revlsed January 37, 2012 JDA Fort Worth C?N '106348 006219-7 MAlN7ENANCE BOIdD Page 2 of 4 1 WHEREAS, Principal binds itself to use such r�nateria#s and i� so construct ihe 2 Work in accardance with the plans, spec�ficatians and Contract Documents that the 3 Work is artc4 wiMl remain free from defects in materials nr workmanship far and during the 4 period a€ finra �2) years after t#�e date of Final Acceptance of the Work by the City � ("Maintenance Perind"}; and 0 7 WHEREAS, Principal bir�ds itself to repair or recor�struct the Work in whole or ir� 8 par� upvn r�ceivir►g n�tic� from th� Devefpper andlor City af t�e need thereof a� any time 9 within the Main#enance Period. 'I A 1� NOW THEREF4RE, the candition of this obligation is such that if Principai shall 12 remedy any defective Work, for whicl� timely notice was provided by �e�eloper vr CEty, 13 to a completinn satisfactory tn #he City, then ihis obligatian sha{I f�ecome nul! anc� �oid, 14 otherwise #a remain in fulE force and effec�. 15 16 PROVIDED, HOiNEVER, if F'rincipal sha#I fail so to repair or recanstruc# any � 7 timely noticed defecti�e Work, i# is agree� that the D�:velnper ar City may cause any and 18 ali such def�ctive Wark ta be repaired and/or reconstructed with all associated costs 19 thereof being borne by the Principal and the Surety under this Maintenance Bond; and 2fl 21 PaOVIDED FURTHER, that if any legal actian be filed on this Bond, �enue shall 22 lie ir� Tarrant County, Texas or the Uniied 5tates DistrRct Court for the Narthem Districfi af 23 Texas, Fort Warth Division; and 24 2� PROVIQED FURTHER, that this nbiigation shall be continuaus in nature and 26 successi�e recoveries may be had hereon for successive breaches. 27 28 c+rY n� �o�r wo�rH JDA Fort Worth S7E11VC3ARD CITY COMI31710NS — D�V�L()P�R AWARDED PROJECTS CPN 70634& Revlsed January 39 , 2012 oasz �s-s MAIN7ENANCE BONb Page 3 of 4 1 �N WiTNESS WHEREOF, the Principaf and the Surety ha�e each SIGNED and SEALED 2 this instrument by d�ly authorized agents and afficers on ihis the 30T" day of 3 DECEMBER, 20 25 . 4 5 6 7 $ 9 �a �� 12 13 14 ATTEST: 15 16 �o�+►��1�,,� '� 7 �$ 19 2a 21 22 23 24 25 26 27 28 (Principal) Secretary _� Wi#r�ess as t rincipai PRiNCIPAL: SELECT BUILDING SYSTEMS. INC. �,.� �. r� ,�� �� � BY: yn Signature �a�����,� �,. RA+� E � S��va � � Name a�d Ttle Address: 17 Sc�nic Loop Raad Bo�rne, TX 78006 -� h� f �i ���9- A�-C,� ! SURETY: Fidelitv and Deposit Companv of Maryland CITY OF FORT WQRTH STANDARD CITY CONDITIO�FS -- DEVELOPER AWAR�Ed P3�OJECTS Revised January 31, 2012 JDA �ort Worth CPN 106348 006219-4 MAINTEiVANCE BOiVD Page k of 4 1 2 3 5 6 7 8 9 10 11 12 13 �4 15 16 17 �$ 'f 9 2D 21 22 23 24 25 26 � BY. �- � Signature ATTEST: �l� {Surety) Secretary Dana Michaelis, Attornev-in-Fac# Name and Title Address: 2000 W, Sam Hauston Pkwv S. Or�e Briarlake Plaza-Suit� 900 Houston, TX 77042 713-787-724Q Witness as #o Surety Telephone Number: r �,t.�" G' c�-ti---` ,�� �Note: I# sigr�ed by an officer of the Surety Gompany, there must be on file a certified extract from the by-laws showing that this person has autharity to sign such obligation. If S�rety's physical address is different from its mailing address, both must be provided. The date of tf�e bond shall not be prior to the cfate the Contract is awarded. C17Y OF FORT WORTH STANDARD CITY CON�lTIONS — DEVELOPERAINARDED PRQJ�CTS Revised January 31, 2012 JOA Fort Worth CPlV 106348 'LURICH aNCERICAN IN5LIRANC� COMPANY COE,OIVLAL AMERICAIV C.ASUALTY` AND SURETY C01�7PANY' FiDELITl` AND DEPOSIT C011�7',4h'Y �F iVtARY1,AND POWEIz OF ATTO1tN�Y KNOW ALL ME?�1 BY THESE PRESENTS: That the ZURjCH AMERTCAN INSURANCE COMPANY, a corpnratioa� of tE3e State of Neu= York, the COLON[AL AMEFLiCAN CASLJAL'�'Y FIND 5URE7Y COivjPANY, a co�poratiov of tl�e State of Il linois, and the FIDF,LITY AND DEPOSIT COiviPANY OF MARYLAND � corporation of the 5tate of ]1linois Qlerein coElectively c111ed thc "Compa��ies"), b�� Robert D. Mun�ay, Vice Presic�e»t, in pues�sa�zce of ai�thotity granted by Ariicle V. 5ectiot� 8, of the By-Laws of said Co�npanies, �vhieh are set forth ou d�e 3-everse side l�ereof and are hereby certifed to be in #ull force and effect on tk3e date hereof, do hereby nominate, coE�stitute, and appoint Greg L�JUNL<", ib[ary GAINER, Dana N1IC�iAEG[5, Martin Fi. WILLIANiS, Uane R. WLG}iELNi and Doug DUhLAP, JR., all of San A�tonia, Texas, its true and fa��ful agent and Atto�7iey-in-F'act, to make, ere�ute, seaE ac3d deliver, for, and on its hehalf as surety, a��d as its act a�zd deed: a�y and a!I bands and undertalcings, and the eaecutio�t o€such bonds or undertakings 'sj� E�w•suance of these presents, sha[1 be as hiiiding upon said Companies, as hilly avd amply, to all intents and purposes, as if they had t�een duly executed and ac]<nowled�ed by the regula�-ly elected officers of che ZURICH AMERICAN �1SURANCE COI�IPAI�Y at its office in Netiv Yark, New Yar€c., the regu[arly elected offcers of the COLO�IIAL AMERICAN CASUA�,TY AND 543RE,7Y COMI'ANY at its offce in O�vings Mills, �ia�-��la�id., and the regularly elected oificers of tlie I'IDEi..ITY ANTJ I}�YOSIT COMPA�IY QF MARYLANI} at its office in Owings Mills, Maiyland., in dieir c�w�� proper persos�s. The said Vice President does hereby ce�rtifj� that the extract set fo:•th on tiac reverse sidc I�ereof is a tilse copy of Artscle V, Section 8, of the By-Laws of said Com��anies, and is na�v in force. FIV WITNE55 WIIE.REOF, Clie said Vicc-President has lie�•euntn subscribed his/licr na�nes and atfixed the Corporate 5eals of tE�e said Z[T12ICH Aib[ERICAN FNSUR4NCE COMPANY, COLONIAL ,A�tiiE[tICAI�' CASUALTY ANn SURETI' C�1�iPAYi', snd FIDk:�.ITY AIVD bEPO6I'C COMYANY O� MARli'1,AND, this I �th cE�y of M1rch, A.D. 2U23. ,.•`4��sui�ly�a�vy ,`��`GV..IhS;l-0rY.� `��p��5il1Cupp�••� ,ly.�t.p•�• ts%; `.�s, ,p.n : , yQ�,.... a�-: `:� pP Rqm�Si^•_�fuop_ Rq��[+.'�cO�OpP0�ym5}. _ �t BEAI ��� >i SEAL __ �� SEAL >o = .,�J�........f ��3 ~ ��'k„ s��;,�r ' `'r'�'^ ... r .� ' .y �' :•'{�`' ��'� ;,`,"�µ ' A7"CEST: ,����„�,,,,,•�� ,.,,���,,,,,,,` ZUKICH AMERICAN InSURANCE �ONii'ANY COLONIAI. AMF,R[CAIY CASUALTY A\'Il SUltF.T}' COYIP,A,IVS' FIDELiTl' ANiI DE�OSI'�' COMPA�Y OF.'V[ARl7��*i� ���� By: Robert D. �Lho•ruv I�ice Presrdei�� � � . _ � ��i,�� � Bv: Dmviz E. Broivn Sec•i•etary State af A[aryfand Counh• of Baltitnorc On Fhis 1�th day of March, A,D. 2023, before ihe subscri6�r, a Notary Yublic af Lhe Staic of MarVland, c�uly commissioned and qualified, IioUert D. Murray, Vice President and Darvu L. Brown, Seci•etary of the Companies, to me personally known to Ue the individuals and ofticers descr[6ed in and whu executed the precedi�ig inswment, and acknowledged the execution of same, and heing 6y me dul�� sworn, deposed� and saith, Ehat he/she is the said ofticer af lhe Company aforesaid, and that the seals affixed Co the preceding instrumeut are the Cnrpnrate 5ea15 of said Companies, and Fhal the said Corgorate Seals and Ihe signature as such officec� were duly afiixe� and suUscribzd to t�ie said insuument by lhc authoriry anc� direcciau of the said Corporatfons. IN TL.S'�1MC7NY l�'HERFQF, [ have hereunto set my hand and aFfi�ced nzy Oitic�al Seal the da�� and year ttrst aho�e �i�itten. :" �� <<;�; : /� � - 'rUT.,r��'., �v�lY� Ft/9''tG . ,}ff�ff =tj'_. V/? �i(i��+' .' C �•.'•'y � I�'A BCShCI Noian Puhlic M�� Commiss�a�� ��ryres Sepizm�er 3�7 _'0'7 Authenticity of this bond can be con�rmed a# bondvalidator.zurichna.com ar 410-559-8790 EXTRACT �ROM gY-�AWS OF THE COMPANiES "Artic�e V, Section 8. Attornevs-in-Fact. The Chief E�tecutive Offcer, the Presidcnt, nr any EYecuti��e Vice Presidcnt or Vice Yresident «�ay, by �vrittec� iiisG�ument m�der d�e attested corporate seal, ap�oint attorneys-in-fact with audiority to e.recu#e 6onds, policies, recognizances, slipulatinns, undertalcings, or otlier ]ilce instruments ott behalt at dte Company, and may autllorize any ofFicer or any such attorney-in-fact to affix the corporate seal thereto; and �nay with or without cause modify of revoke any such appaintrnenc or authority at any time." CERTIFICATE [, che undersigned, Vica President o1� the 'GURICH ANfERICA]V INSURANCE COMPANY, tl�e COLONTAI_ AMERICAN CASUALTY AND StIRLTY COMPANY, and tEze F[DELITY AND DEPOSIT COMPANY OF Iv(ARYLAIVD, da hereby certify tl�at die foregoing Power uf Attoiney is stil� in fiaEl force and effect or� the date of diis certificate; and I do further certify tt�at Ai�[icle V. Sect€oe� R, of the I3y-Laws of tl�e Com�anies is stsll in force. This Powe�' of Attorney and Certificate may be sigt�ed by facsin�ile under and by authority of tl3e following a•esol��tioii of the F3aard oi �irectors of tlie ZiJRICH AMERICAN iNSLIRANCE COMPANY at a fne�ting duly called a�id lield on tlie 1��i3 day of Decem�er 1998. R�:50LVED: "That the sige3atw�e of tlie President or a Vice President an�f tiie attesting sagEa�tu�-e of a 5ecretary or an Assistant 5ecreta�y and the Seal of the Cornpany may be affixed by i�acsimiie on any Powcr of Atlorney...Any such Power or any certificale Yltereof bearing sucli iacsimile signat�u�e and seal shall be valid ai3d binding on iJie Conipany." Tl�is Power of Attocney a��d Ccc-tifcate may 6e signed by facsimile under anci 6q authorily of Lhe following reso[ution af fhe Soard of Dii-ectors of the COLONIAL AMEFiICA%I CASUALTY A1V77 SLIRE'fY COMPANY at a meetin� duly called and lield on ti�e Sil� day of May, 1994, and the following resolution of the Boaz�c! of nirectors o€ the FlDEL3TY AND DEPpSIT COMPANY pF MARYI,AND at a �neeting duly ca€]�d and held on U�e l Oth day of May, 1990. R£SOLVL-D; "That dte facsitnile or mechanically reproduced seal o# []ie co�3�pany and tacsimile or 3nechanically reproduced signahu�e of ac;y Vice-Pa�esident, Secretary, or Assistant 5ecretary uf'the Company, whether made heretoSore or hereafter, wherever appearing upon a certi�ied copy of any power of attor��ey issiEed by the Cumpany, shall be �alid and binding upon the Con3pany w"sth the s�ne force aa�d effect as sho�igh inanually aft"�xed. N TLST�7viONY WIIG�ZEOF, I have herew�to subse�ibed my na�ne �id af#ixed t3ie corporate seals of the said Companies, thi; 3U�ii da5 of December , 2025 . ,`�Z,s;-]'1.,..••.., .:`„ 5.�•�}:.�,y�'••��, �`��•�.��i1�C�`'l++G i rS.= :�e��' U kvm' ;Qel,;.'�.—Q"'�')��.. ',� p�4ORYt '• _'���p`,4 Ayi:l_ ' 'r' DP ��ia : �'�SEAL��` -=r�S�AL`�:$` = �SEALm3��-= ��.....s�F�:'' :ys .ft' �q' .... r�x`' �l. - � .�. � Y �� � '7 R�Fii UPV ��� ��Gt�.C.��, By: Ma�y Jean Fethick Vice President TO REPORT A CLAIM WITH REGAR� TO A Si1RETY BON�, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT iNFORMATIO[�T TO: Zurich 5urety Claims 1299 Zuriclt Way Scl�aumburg, IL 6d196-1056 repartsfclaims�[r!ztirichna.coit� 800-62b-4577 Authenticity of this bond can be con#irme[i at bnndvalidator.zurichna.com ar 41 D-559-8790 � Disclosure Statement ZURICH NOTiCE OF DISCLOSURE FOR AGENT & BROKER COMPENSATION If you want to learn rrtore about the compensation Zurich pays agents and brokers �isit: httqs:llwww.zurichna.cominroducercompensation or call the following toll-free n�m�er: {866) 903-1192. This Notice is pro�ided on behalf of Zurich American Insurance Company and its underwriting subsidiaries. U-GU-874-B CW (02123) Page 1 of 1 Disclosure Statement I# is our pleasure to present tha enclosed po{icy to you �or presenta#ion ta yo�r customer. iNSTRUCTION 70 AGENT OR SROiCER: � ZURICH WE REQUiRE THAT YOU TRANSMIT THE ATTACHED/ENCLOSED DISCLOSURE STATEMENT TO THE C�JSTOMER WITFi TH� POLECY. Once again, thank yau for your interest, and we look #orward to meeting your needs and those of your customers. U-GU-873-A CW (06111} Page 1 of 1 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: ____________________________________________________________ 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: _____________________________________ b. Each Occurrence: : _____________________________________ 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. Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract x 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. JDA Fort Worth CPN 106348 JDA Fort Worth CPN 106348 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. JDA Fort Worth CPN 106348 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 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 JDA Fort Worth CPN 106348 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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, JDA Fort Worth CPN 106348 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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. JDA Fort Worth CPN 106348 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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 JDA Fort Worth CPN 106348 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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 JDA Fort Worth CPN 106348 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request JDA Fort Worth CPN 106348 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments JDA Fort Worth CPN 106348 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 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 JDA Fort Worth CPN 106348 01 31 20 - 1 DAP PROJECT MEETINGS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 SECTION 01 31 20 PROJECT MEETINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees JDA Fort Worth CPN 106348 01 31 20 - 2 DAP PROJECT MEETINGS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City’s representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards l. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request JDA Fort Worth CPN 106348 01 31 20 - 3 DAP PROJECT MEETINGS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 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 JDA Fort Worth CPN 106348 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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] JDA Fort Worth CPN 106348 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE JDA Fort Worth CPN 106348 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 33 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. JDA Fort Worth CPN 106348 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions JDA Fort Worth CPN 106348 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs JDA Fort Worth CPN 106348 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) JDA Fort Worth CPN 106348 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 JDA Fort Worth CPN 106348 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. JDA Fort Worth CPN 106348 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] JDA Fort Worth CPN 106348 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days JDA Fort Worth CPN 106348 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Air Pollution Watch Days 10 e. Use of Explosives, Drop Weight, Etc. 11 f. Water Department Notification 12 g. Public Notification Prior to Beginning Construction 13 h. Coordination with United States Army Corps of Engineers 14 i. Coordination within Railroad permits areas 15 j. Dust Control 16 k. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 – General Requirements 22 3. Section 33 12 25 – Connection to Existing Water Mains 23 24 1.2 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 30 High Voltage Overhead Lines. 31 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 32 Specification 33 1.3 ADMINISTRATIVE REQUIREMENTS 34 A. Coordination with the Texas Department of Transportation 35 1. When work in the right-of-way which is under the jurisdiction of the Texas 36 Department of Transportation (TxDOT): 37 a. Notify the Texas Department of Transportation prior to commencing any work 38 therein in accordance with the provisions of the permit 39 JDA Fort Worth CPN 106348 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 b. All work performed in the TxDOT right-of-way shall be performed in 1 compliance with and subject to approval from the Texas Department of 2 Transportation 3 B. Work near High Voltage Lines 4 1. Regulatory Requirements 5 a. All Work near High Voltage Lines (more than 600 volts measured between 6 conductors or between a conductor and the ground) shall be in accordance with 7 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 8 2. Warning sign 9 a. Provide sign of sufficient size meeting all OSHA requirements. 10 3. Equipment operating within 10 feet of high voltage lines will require the following 11 safety features 12 a. Insulating cage-type of guard about the boom or arm 13 b. Insulator links on the lift hook connections for back hoes or dippers 14 c. Equipment must meet the safety requirements as set forth by OSHA and the 15 safety requirements of the owner of the high voltage lines 16 4. Work within 6 feet of high voltage electric lines 17 a. Notification shall be given to: 18 1) The power company (example: ONCOR) 19 a) Maintain an accurate log of all such calls to power company and record 20 action taken in each case. 21 b. Coordination with power company 22 1) After notification coordinate with the power company to: 23 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 24 lower the lines 25 c. No personnel may work within 6 feet of a high voltage line before the above 26 requirements have been met. 27 C. Confined Space Entry Program 28 1. Provide and follow approved Confined Space Entry Program in accordance with 29 OSHA requirements. 30 2. Confined Spaces include: 31 a. Manholes 32 b. All other confined spaces in accordance with OSHA’s Permit Required for 33 Confined Spaces 34 D. Use of Explosives, Drop Weight, Etc. 35 1. When Contract Documents permit on the project the following will apply: 36 a. Public Notification 37 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 38 prior to commencing. 39 2) Minimum 24 hour public notification in accordance with Section 01 31 13 40 E. Water Department Coordination 41 1. During the construction of this project, it will be necessary to deactivate, for a 42 period of time, existing lines. The Contractor shall be required to coordinate with 43 the Water Department to determine the best times for deactivating and activating 44 those lines. 45 JDA Fort Worth CPN 106348 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 2. Coordinate any event that will require connecting to or the operation of an existing 1 City water line system with the City’s representative. 2 a. Coordination shall be in accordance with Section 33 12 25. 3 b. If needed, obtain a hydrant water meter from the Water Department for use 4 during the life of named project. 5 c. In the event that a water valve on an existing live system be turned off and on 6 to accommodate the construction of the project is required, coordinate this 7 activity through the appropriate City representative. 8 1) Do not operate water line valves of existing water system. 9 a) Failure to comply will render the Contractor in violation of Texas Penal 10 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 11 will be prosecuted to the full extent of the law. 12 b) In addition, the Contractor will assume all liabilities and 13 responsibilities as a result of these actions. 14 F. Public Notification Prior to Beginning Construction 15 1. Prior to beginning construction on any block in the project, on a block by block 16 basis, prepare and deliver a notice or flyer of the pending construction to the front 17 door of each residence or business that will be impacted by construction. The notice 18 shall be prepared as follows: 19 a. Post notice or flyer 7 days prior to beginning any construction activity on each 20 block in the project area. 21 1) Prepare flyer on the Contractor’s letterhead and include the following 22 information: 23 a) Name of Project 24 b) City Project No (CPN) 25 c) Scope of Project (i.e. type of construction activity) 26 d) Actual construction duration within the block 27 e) Name of the contractor’s foreman and phone number 28 f) Name of the City’s inspector and phone number 29 g) City’s after-hours phone number 30 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 31 A. 32 3) Submit schedule showing the construction start and finish time for each 33 block of the project to the inspector. 34 4) Deliver flyer to the City Inspector for review prior to distribution. 35 b. No construction will be allowed to begin on any block until the flyer is 36 delivered to all residents of the block. 37 G. Public Notification of Temporary Water Service Interruption during Construction 38 1. In the event it becomes necessary to temporarily shut down water service to 39 residents or businesses during construction, prepare and deliver a notice or flyer of 40 the pending interruption to the front door of each affected resident. 41 2. Prepared notice as follows: 42 a. The notification or flyer shall be posted 24 hours prior to the temporary 43 interruption. 44 b. Prepare flyer on the contractor’s letterhead and include the following 45 information: 46 1) Name of the project 47 2) City Project Number 48 JDA Fort Worth CPN 106348 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 3) Date of the interruption of service 1 4) Period the interruption will take place 2 5) Name of the contractor’s foreman and phone number 3 6) Name of the City’s inspector and phone number 4 c. A sample of the temporary water service interruption notification is attached as 5 Exhibit B. 6 d. Deliver a copy of the temporary interruption notification to the City inspector 7 for review prior to being distributed. 8 e. No interruption of water service can occur until the flyer has been delivered to 9 all affected residents and businesses. 10 f. Electronic versions of the sample flyers can be obtained from the Project 11 Construction Inspector. 12 H. Coordination with United States Army Corps of Engineers (USACE) 13 1. At locations in the Project where construction activities occur in areas where 14 USACE permits are required, meet all requirements set forth in each designated 15 permit. 16 I. Coordination within Railroad Permit Areas 17 1. At locations in the project where construction activities occur in areas where 18 railroad permits are required, meet all requirements set forth in each designated 19 railroad permit. This includes, but is not limited to, provisions for: 20 a. Flagmen 21 b. Inspectors 22 c. Safety training 23 d. Additional insurance 24 e. Insurance certificates 25 f. Other employees required to protect the right-of-way and property of the 26 Railroad Company from damage arising out of and/or from the construction of 27 the project. Proper utility clearance procedures shall be used in accordance 28 with the permit guidelines. 29 2. Obtain any supplemental information needed to comply with the railroad’s 30 requirements. 31 J. Dust Control 32 1. Use acceptable measures to control dust at the Site. 33 a. If water is used to control dust, capture and properly dispose of waste water. 34 b. If wet saw cutting is performed, capture and properly dispose of slurry. 35 K. Employee Parking 36 1. Provide parking for employees at locations approved by the City. 37 JDA Fort Worth CPN 106348 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 1.4 SUBMITTALS [NOT USED] 1 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.6 CLOSEOUT SUBMITTALS [NOT USED] 3 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.8 QUALITY ASSURANCE [NOT USED] 5 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.10 FIELD [SITE] CONDITIONS [NOT USED] 7 1.11 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 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 JDA Fort Worth CPN 106348 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 JDA Fort Worth CPN 106348 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August, 30, 2013 EXHIBIT B 1 2 3 4 JDA Fort Worth CPN 106348 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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. JDA Fort Worth CPN 106348 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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. JDA Fort Worth CPN 106348 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired JDA Fort Worth CPN 106348 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control JDA Fort Worth CPN 106348 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities JDA Fort Worth CPN 106348 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE JDA Fort Worth CPN 106348 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. JDA Fort Worth CPN 106348 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 1) Allow a minimum of 5 working days for permit review. 2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION JDA Fort Worth CPN 106348 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE JDA Fort Worth CPN 106348 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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. JDA Fort Worth CPN 106348 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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 JDA Fort Worth CPN 106348 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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 JDA Fort Worth CPN 106348 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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] JDA Fort Worth CPN 106348 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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. JDA Fort Worth CPN 106348 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. JDA Fort Worth CPN 106348 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. JDA Fort Worth CPN 106348 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION JDA Fort Worth CPN 106348 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application JDA Fort Worth CPN 106348 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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 JDA Fort Worth CPN 106348 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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. JDA Fort Worth CPN 106348 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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] JDA Fort Worth CPN 106348 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] 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 JDA Fort Worth CPN 106348 01 71 23 - 1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. JDA Fort Worth CPN 106348 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City’s Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor’s responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor’s neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor’s responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet JDA Fort Worth CPN 106348 01 71 23 - 3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor’s use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] JDA Fort Worth CPN 106348 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application JDA Fort Worth CPN 106348 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. JDA Fort Worth CPN 106348 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. JDA Fort Worth CPN 106348 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] JDA Fort Worth CPN 106348 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application JDA Fort Worth CPN 106348 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. JDA Fort Worth CPN 106348 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion JDA Fort Worth CPN 106348 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application JDA Fort Worth CPN 106348 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten JDA Fort Worth CPN 106348 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. JDA Fort Worth CPN 106348 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams JDA Fort Worth CPN 106348 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings JDA Fort Worth CPN 106348 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application JDA Fort Worth CPN 106348 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. JDA Fort Worth CPN 106348 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". JDA Fort Worth CPN 106348 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. JDA Fort Worth CPN 106348 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application JDA Fort Worth CPN 106348 APPENDIX JDA Fort Worth CPN 106348 REPORT OF GEOTECHNICAL INVESTIGATION PROPOSED SELF-STORAGE FACILITY 501 East Loop 820 City of Fort Worth, Tarrant County, Texas Prepared for: JOHNSON DEVELOPMENT ASSOCIATES, INC. 4245 North Central Expressway, Suite 440 Dallas, Texas 75205 Prepared by: 714 S. Greenville Avenue, Suite 100 Allen, Texas 75002 Xiaoxuan (Eva) Pitman, P.E. Alicia Plinio Branch Manager Principal TX PE License No. 135491 Project # 1974 24-04193 February 28, 2025 REPORT OF GEOTECHNICAL INVESTIGATION PROPOSED SELF-STORAGE FACILITY 501 East Loop 820 City of Fort Worth, Tarrant County, Texas TABLE OF CONTENTS Johnson Development Associates, Inc. i 1974 24-04193 1.0 SUMMARY OF FINDINGS .......................................................................... 1 2.0 INTRODUCTION ...................................................................................... 3 2.1 Authorization ................................................................................................................... 3 2.2 Purpose ............................................................................................................................ 3 2.3 Scope ............................................................................................................................... 3 2.3.1 Field Exploration .................................................................................................. 3 2.3.2 Laboratory Testing Program .................................................................................. 5 3.0 SITE DESCRIPTION .................................................................................. 6 3.1 Location and Description .................................................................................................. 6 3.2 Existing Conditions .......................................................................................................... 6 3.3 Proposed Construction...................................................................................................... 6 4.0 SUBSURFACE CONDITIONS ...................................................................... 8 4.1 Site Geology ..................................................................................................................... 8 4.2 Subsurface Soil Profile ...................................................................................................... 8 4.3 Groundwater .................................................................................................................... 8 5.0 CONCLUSIONS AND RECOMMENDATIONS ................................................ 9 5.1 General ............................................................................................................................ 9 5.2 Site Preparation and Earthwork......................................................................................... 9 5.3 Select Fill and Backfill .................................................................................................... 11 5.4 Groundwater Control ..................................................................................................... 13 5.5 Foundation/Floor Slab Recommendations ...................................................................... 13 5.5.1 Monolithic (Stiffened) Slab-On-Grade .................................................................. 13 5.6 Pavement Design Criteria ............................................................................................... 14 5.7 Retaining Walls and Lateral Earth Pressures .................................................................... 16 5.8 Seismic and Liquefaction Considerations ......................................................................... 16 5.9 Temporary Excavations .................................................................................................. 16 5.10 Supplemental Post-Investigation Services ......................................................................... 16 6.0 GENERAL COMMENTS ........................................................................... 17 REPORT OF GEOTECHNICAL INVESTIGATION PROPOSED SELF-STORAGE FACILITY 501 East Loop 820 City of Fort Worth, Tarrant County, Texas TABLE OF CONTENTS (continued) Johnson Development Associates, Inc. ii 1974 24-04193 APPENDICES Boring Location Plan Records of Subsurface Exploration Laboratory Test Results Geotechnical Terms and Symbols USCS Standard Classification System Johnson Development Associates, Inc. 1 1974 24-03386 1.0 SUMMARY OF FINDINGS Dynamic Earth, LLC (Dynamic Earth) has completed an exploration and evaluation for the proposed single-story self-storage facility to be located at 501 East Loop 820 in the City of Fort Worth, Tarrant County, Texas. The site of the proposed construction is presented in the Boring Location Plan included in the appendix of this report. At the time of Dynamic Earth’s geotechnical investigation, the site was vacant undeveloped land. Based on a February 18, 2025 Site Plan prepared by Dynamic Engineering Consultants, PC (Dynamic), the proposed site development will include the construction of a single-story self-storage facility with associated pavement areas and utilities. The proposed building will occupy a footprint area of approximately 95,771 square feet. Site grading plans are not yet finalized, but the proposed building is expected to be constructed near existing site elevations with minor earth cuts and fills. Earth retaining walls are not anticipated at this time. This report supersedes previously issued January 31, 2025 Geotechnical Investigation Preliminary Finding Letter prepared by Dynamic Earth. The subsurface exploration included reconnaissance of the project site, drilling soil borings, performing laboratory testing and evaluating the geotechnical conditions relevant to the proposed construction details provided. A summary of Dynamic Earth’s findings and recommendations is presented below: ➢ Generalized Subsurface Conditions: The soil borings were performed within existing grass/ undeveloped areas and encountered approximately 1.5 to 2.5 inches of topsoil at the surface. Beneath the topsoil, alluvial deposits were encountered that generally consisted of clay (USCS: CH and CL) with variable amounts of sand, gravel, and roots. The alluvial deposits were encountered to depths ranging between approximately 7.5 feet and 16.5 feet below the ground surface; corresponding to elevations of approximately 548.5 and 536.5 feet. Beneath the alluvial deposits, bedrock was encountered to the boring termination depths ranging between approximately 25.1 feet to 34.6 feet below the ground surface; corresponding to elevations of approximately 531.9 and 520.4 feet. The bedrock consisted of tan and gray limestone. Groundwater was not encountered during this investigation. ➢ Expansive Soils: Using the Texas Department of Transportation (TXDOT) TEX-124-E method, the potential vertical rise (PVR) of the plastic/elastic soils is estimated to be on the order of two to three inches at the existing grade. ➢ Foundations/Floor Slabs: Based on our correspondence with the structural engineer, the foundation recommendations provided herein include monolithic (stiffened) slab-on-grade, provided that the subgrade soils are improved as presented in Section 5.2. Johnson Development Associates, Inc. 2 1974 24-03386 ➢ Pavement: Since the on-site soils have a relatively high shrink swell potential, general recommendations for stabilization are included herein. Depending on final traffic loading, and/or overall construction sequencing, addition considerations may be evaluated. ➢ Groundwater Control: Groundwater was not encountered at this time. Dynamic Earth anticipates that groundwater will be deeper than the proposed foundation and utility excavations. However, the contractor should anticipate the need for temporary groundwater control measures for dewatering surface runoff, perched and infiltrating water. Detailed design criteria and construction recommendations for proposed foundations, floor slabs, pavements and related earthwork are discussed in the following report. Dynamic Earth should remain involved to provide consultation and review during final design. Johnson Development Associates, Inc. 3 1974 24-03386 2.0 INTRODUCTION 2.1 Authorization Dynamic Earth was authorized to conduct a geotechnical investigation in accordance with our December 31, 2024 proposal to Mr. Glenn Brown. 2.2 Purpose The purpose of this subsurface exploration and analysis was to: ➢ ascertain the various soil profile components at test locations; ➢ estimate the engineering characteristics of the proposed foundation bearing and subgrade materials; ➢ provide geotechnical criteria for use by the design engineers in preparing the foundations, floor slab, and pavement designs; ➢ provide recommendations for required earthwork and subgrade preparation; ➢ record groundwater levels at the time of the investigation and discuss the potential impact on the proposed construction; and ➢ recommend additional investigation, if warranted. 2.3 Scope The scope of the exploration and analysis included site geologic research and evaluation, subsurface exploration, field testing and sampling, laboratory testing, and geotechnical engineering analysis and evaluation of the subsurface materials. This Report of Geotechnical Investigation is limited to addressing the site conditions as they relate to the physical support of the proposed construction. Dynamic Earth previously prepared a December 18, 2024 Phase I Environmental Site Assessment Report. 2.3.1 Field Exploration The field exploration was conducted by means of ten soil borings (identified as B-1 through B-10). The borings were drilled using hollow stem techniques using a CME-55 drill rig. Test locations are summarized in the following table and are shown on the accompanying Boring Location Plan. Johnson Development Associates, Inc. 4 1974 24-03386 BORING LOCATION SUMMARY TABLE Number Proposed Location Final Depth (feet) B-1 Western Portion of Proposed Pavement 7.5 B-2 Northern Portion of Proposed Pavement 9.5 B-3 Eastern Portion of Proposed Pavement 9.5 B-4 Northern Center of Proposed Building Pad 34.61 B-5 Southeastern Portion of Proposed Pavement 25.11 B-6 Southwestern Corner of Proposed Building Pad 25.11 B-7 Southern Center of Proposed Building Pad 25.21 B-8 Central Portion of Proposed Building Pad 25.21 B-9 Northeastern Corner of Proposed Building Pad 30.21 B-10 Northwestern Corner of Proposed Building Pad 25.21 1 Texas Cone Penetration Test (TCP) performed The soil borings were completed in the presence of a Dynamic Earth field representative who performed field tests, recorded visual classifications, and collected samples of the various strata encountered. The test locations were located in the field using conventional taping procedures with estimated right angles and are presumed to be accurate within several feet of the location plotted on the plans. Soil borings and sampling were conducted in general accordance with ASTM D-6151 (Standard Practice for Using Hollow-Stem Augers for Geotechnical Exploration and Soil Sampling) and ASTM D- 1586 (Standard Test Method for Standard Penetration Test and Split Barrel Sampling of Soils), and ASTM D-1587 (Standard Practice for Thin-Walled Tube Sampling of Soils for Geotechnical Purposes). The SPT resistance value (N) can be used as an indicator of the consistency of fine-grained soils and the relative density of coarse-grained soils. Unconfined compressive strength pocket penetrometer values (Qp) were also recorded within the fine-grained soils. The N-values and Qp for various soil type can be used to empirically estimate certain engineering characteristics of the soils. Texas Cone Penetrometer (TCP) tests were performed to evaluate the hardness of the bedrock encountered during this investigation. These tests were performed in general accordance with test methods Tex-132-E in the Texas Department of Transportation (TxDOT) Manual of Testing Procedures. The results of these tests are shown on the boring logs at the depths of occurrence. Groundwater level observations were recorded during and at the completion of field operations prior to backfilling the borings. Seasonal variations, temperature, anthropogenic, seasonality, soil permeability, and precipitation will influence the actual and observed groundwater levels. Groundwater elevations derived from sources other than seasonally observed groundwater monitoring wells may not be representative of true groundwater levels. Johnson Development Associates, Inc. 5 1974 24-03386 2.3.2 Laboratory Testing Program Physical/Textural Analysis: Each sample was visually classified in general accordance with ASTM D-2488 (visual-manual procedure). In addition, representative samples of selected strata encountered were subjected to a laboratory testing program which included moisture content determinations (ASTM D-2216), Atterberg Limits (ASTM D-4318), and material finer than No. 200 sieve determinations (ASTM D-1140), in order to perform supplementary engineering soil classifications in general accordance with ASTM D-2487. The soil strata tested were classified by the Unified Soil Classification System (USCS) and results of the laboratory testing are included in the Appendix of this report. The engineering classifications are useful when considered in conjunction with the additional site data to estimate other properties of the soil types encountered and to predict the soil’s behavior under construction and service loads. Johnson Development Associates, Inc. 6 1974 24-03386 3.0 SITE DESCRIPTION 3.1 Location and Description The subject property is located at 501 East Loop 820 in the City of Fort Worth, Tarrant County, Texas. The subject site is bound to the north by commercial properties including All Tribes International Church and Restoration Church of Fort Worth; to the east by a residential development and Sandstone Drive beyond; to the south by Sandybrook Drive and vacant land beyond; and to the west by East Loop 820 and residential development beyond. The site is shown on the attached Boring Location Plan in the Appendix of this report. 3.2 Existing Conditions Development/Surface Cover: At the time of Dynamic Earth’s geotechnical investigation, the site was vacant undeveloped land. Topography: Topographic information was provided on December 30, 2024 ALTA/NSPS Land Title Survey prepared by Windrose Land Services. Existing site grades range between approximately 557 feet within the southwestern portion of the site and 553 feet within the northeastern portion of the site. Site Drainage: Surface runoff generally appears to follow existing site topography toward relatively lower lying areas. 3.3 Proposed Construction Based on a February 18, 2025 Site Plan prepared by Dynamic, the proposed site development will include the construction of a single-story self-storage facility with associated pavement areas and utilities. The proposed building will occupy a footprint area of approximately 95,771 square feet. Site grading plans are not yet finalized, but the proposed building is expected to be constructed near existing site elevations with minor earth cuts and fills. Earth retaining walls are not anticipated at this time. The maximum anticipated loads were preliminarily assumed based on similar projects and are expected to be as follows: ➢ column load – 100 kips; ➢ wall load – 3.0 kips per linear foot; ➢ floor load – 150 pounds per square foot; and ➢ light duty pavement load – 60,000 (18) kip equivalent single axle loads (ESALs); and ➢ medium duty pavement load – 150,000 ESALs. Johnson Development Associates, Inc. 7 1974 24-03386 ➢ heavy duty pavement load – 200,000 ESALs. The scope of Dynamic Earth’s investigation and the professional advice contained in this report were generated based on the project details and loading noted herein. Any revisions or additions to the design details enumerated in this report should be brought to the attention of Dynamic Earth for additional evaluation as warranted. Johnson Development Associates, Inc. 8 1974 24-03386 4.0 SUBSURFACE CONDITIONS 4.1 Site Geology As shown on the Geologic Atlas of Texas, the site is located near the boundary where Quaternary Age deposits of the Fluviatile Terrace (Qt) and Cretaceous Age deposits of the Grayson Marl and Limestone Undivided (Kgm) are mapped. The Fluviatile Terrace Deposits in the project area reportedly consists of gravel, sand, silt, and clay. The Grayson Marl and Limestone Undivided in the project area reportedly consists of marl and limestone. 4.2 Subsurface Soil Profile Details of the subsurface materials encountered are presented on the Records of Subsurface Exploration presented in the Appendix of this report. The subsurface soil conditions encountered in the boring locations consisted of the following generalized strata in order of increasing depth. Surface Cover Material: The soil borings were performed within existing grass/ undeveloped areas and encountered approximately 1.5 to 2.5 inches of topsoil at the surface. Alluvial Deposits: Beneath the topsoil, alluvial deposits were encountered that generally consisted of clay (USCS: CH and CL) with variable amounts of sand, gravel, and roots. The alluvial deposits were encountered to depths ranging between approximately 7.5 feet and 16.5 feet below the ground surface; corresponding to elevations of approximately 548.5 and 536.5 feet. Unconfined compressive strength (Qp) pocket penetrometer values ranged between 2.0 tons per square foot (tsf) and 4.5 tsf, and averaged 4.0 tsf generally indicating a very stiff consistency within the fine-grained soils. Bedrock: Beneath the alluvial deposits, bedrock was encountered to the boring termination depths ranging between approximately 25.1 feet to 34.6 feet below the ground surface; corresponding to elevations of approximately 531.9 and 520.4 feet. The bedrock consisted of tan and gray limestone. Texas Cone Penetration (TCP) values within the rock ranged between 3.5 and 0.75 inches per 100 blows. The TCP values within the stratum generally indicate a hard to very hard consistency within the limestone. 4.3 Groundwater Groundwater was not encountered during our subsurface investigation. However, groundwater levels are expected to fluctuate seasonally and following periods of significant precipitation. Johnson Development Associates, Inc. 9 1974 24-03386 5.0 CONCLUSIONS AND RECOMMENDATIONS 5.1 General Based on the subsurface conditions encountered at the site, the presence of highly plastic clays will require specialty subgrade considerations within the proposed building and pavement areas. For any ground supported structures, it will be necessary to perform modifications to the subgrade as an attempt to mitigate the potential movement associated with shrinking/swelling soils. The alluvial deposits encountered are considered to have relatively high plasticity clay. These soils are susceptible to seasonal shrink and swell with changes in moisture content throughout the life of the structures. Based on Texas Department of Transportation test method (TEX-124-E) and our experience with similar soils, we estimate a PVR on the order of approximately two to three inches at existing grade. The actual movements could be greater if improper drainage and other sources of water, such as plumbing leaks, are allowed to saturate the soils beneath the buildings after construction. The foundation/floor slab recommendations provided herein include monolithic (stiffened) slab- on-grade, assuming a reduced PVR on the order of one inch will be achieved by subsurface remediation. The pavement subgrade is expected to be within the expansive soils that have relatively high risk of shrink/swell potential. Lime stabilization may be required as an attempt to reduce the risk of PVR within proposed pavement areas. Due to moisture sensitivity of the on-site clay soil, site grades should provide positive drainage towards inlet structures so that water does not accumulate or flow towards the proposed structure. Landscape irrigation systems adjacent to the proposed structure should be limited as the introduction of water may create shrink/swell movement in the underlying moisture sensitive soils. The recommendations presented herein are sufficient to support the initial design and planning phase. These recommendations are contingent on the assumption that Dynamic Earth will remain involved in the final design process and that Dynamic Earth will be engaged to conduct the necessary construction phase geotechnical testing and inspection to ensure these recommendations are properly implemented. 5.2 Site Preparation and Earthwork Building Pad Preparation: As an attempt to mitigate the risk of potential shrink/swell of the existing subgrade throughout the proposed building pad area to approximate one inch, one of the Johnson Development Associates, Inc. 10 1974 24-03386 following subgrade improvement options should be performed: ➢ Moisture Conditioning: The contractor should excavate underlying alluvial deposits to at least six feet below the building pad finished grade and at least five feet beyond the perimeter. The upper six inches at the bottom of the excavation should be scarified and recompacted. The contractor should then add water to the excavated soil until the moisture content is within the recommended range. The moisture conditioned soil should then be used to backfill the excavation under Dynamic Earth’s supervision. A moisture barrier consisting of a minimum 10 mils thick polyethylene with 12 inches of select fill cover should be provided above the moisture-conditioned soils. Moisture conditioned soils should be maintained within the recommended moisture range during construction. If construction is halted or prolonged after the moisture conditioning is performed prior to the slab placement, Dynamic Earth should be notified to perform additional testing to confirm the moisture content of the moisture conditioned soil. ➢ Select Fill Replacement: Underlying clays should be removed to ensure that a minimum depth of five feet of non-expansive select fill material is properly placed within the proposed building footprint. The excavation should extend five feet beyond the proposed building footprint. The bottom of excavation should be free of water, and any select fill placement outside of the slab perimeter should be covered with at least one foot of relatively impermeable clay. The excavation should not act as a “bathtub” and hold water in the event any accidental source of water enters the excavation. Surface Cover Stripping: Prior to the start of construction, all utilities should be identified and secured. The surface cover materials, including vegetation, topsoil, and fill material should be completely removed from within, and at least five feet beyond, the limits of the proposed foundation footprint as well as any other area which will require fill placement. Subgrade Preparation/Proofrolling: Prior to placing any fill or subbase materials to raise or restore grades to the desired building pad or pavement subgrade elevations, the existing exposed soils should be overexcavated as directed by the on-site geotechnical engineer and compacted to a firm and unyielding surface with several passes in two perpendicular directions with a minimum 20-ton vibratory, smooth drum roller during favorable moisture conditions. The drum roller should be operated in the static mode or a kneading “sheepsfoot” roller should be used where fine-grained soils are encountered. The surface then should be proofrolled with a loaded tandem axle truck in the presence of Dynamic Earth to help identify soft or loose pockets which may require rem oval and replacement or further investigation. Dynamic Earth anticipates at least partial overexcavation if the subgrade is wetted or subjected to repeated construction traffic. Any fill or backfill should be placed and compacted in accordance with Section 5.3. Johnson Development Associates, Inc. 11 1974 24-03386 Subgrade Stabilization and Inspection: Due to the increased clay content within the on-site soils, these materials are considered extremely moisture sensitive and every effort should be made to minimize disturbance of the on-site soils by construction traffic and surface runoff. The on-site soils will likely become unsuitable if exposed to moisture and/or construction traffic. If these materials become overly wetted, the on-site soils will likely require increased handling such as discing and drying during extended periods of favorable weather and/or partial overexcavation and stabilization. Stabilization methods that can be evaluated for the site include the use of a triaxle geogrid such as Tensar TX-5 of TX-7, or lime mixing as directed by the geotechnical engineer. Therefore, the subgrades and soil stockpiles should be sealed daily and construction traffic be minimized to designated non-structural areas and following periods of precipitation as an attempt to minimize deterioration of otherwise suitable subgrade soils. Dynamic Earth should be retained as the Geotechnical Engineer of Record to inspect soil conditions during construction and verify the suitability of prepared foundation, floor slab and pavement subgrades for support of design loads. 5.3 Select Fill and Backfill Select Fill Material: Select fill material should consist of lean clay, or clayey sand with a maximum particle size of three inches in diameter and a plasticity index of less than 15. These materials should be free of objectionable debris (clay clumps, organic and/or deleterious material, etc.) and within moisture contents suitable for compaction. Materials wetted beyond the optimum moisture content and/or materials containing objectionable debris will not be suitable for reuse as select fill material without special handling. The moisture content of the select fill material should be imported to the site within tolerances suitable for achieving the recommended compaction, as determined by ASTM D-698 (Standard Proctor). Dynamic Earth should be notified if import of blended or mixed soils are proposed for use for select fill. If encountered, cobbles/boulders and debris greater than three inches in diameter will need to be separated from on-site soils to be placed as select fill. Approved material between three to 12 inches in diameter may be crushed or individually placed in fill layers deeper than two feet below proposed subgrade levels. Care must be taken to individually seat any large particles and to compact soil around large particles with hand operated equipment to minimize the risk of void formation. The on-site soils are preliminarily expected to be unsuitable for reuse as select fill material due to its high plasticity index. Common Fill Material: Common fill should consist of material that has a maximum particle size of three inches in diameter and has a plasticity index of less than 30. These materials should be free of objectionable debris (clay clumps, organic and/or deleterious materials, etc) and within moisture contents suitable for compaction. Materials wetted beyond the optimum moisture content and/or materials containing objectionable debris will not be suitable for reuse as common Johnson Development Associates, Inc. 12 1974 24-03386 fill material without special handling. Dynamic Earth should be notified if import of blended or mixed soils are proposed for use for common fill. Maintaining proper moisture content within the material is critical for proper subgrade stability. Reuse of these materials will be contingent upon further evaluation during construction by Dynamic Earth. If on-site or imported material that has plasticity indexes greater than 30 is proposed, Dynamic Earth will need to perform supplemental testing and analysis to evaluate the use of the material. Compaction and Placement Requirements: ➢ Common Fill: Common fill should be placed in maximum 8-inch loose lifts and compacted to 95 percent of the maximum dry density at moisture contents ranging between two percent above and six percent above the optimum moisture content as determined by ASTM D-698 (Standard Proctor). ➢ Moisture Conditioned Soils: Moisture conditioned on-site soils should be placed in maximum 8-inch loose lifts and compacted to 95 percent of the maximum dry density at moisture contents at least four percent above the optimum moisture content as determined by ASTM D-698 (Standard Proctor). ➢ Select fill and Soil-lime Mixtures: Select fill and soil-lime mixtures should be placed in maximum 8-inch loose lifts and compacted to 95 percent of the maximum dry density at moisture contents typically ranging between one percent below and three percent above the optimum moisture content as determined by ASTM D 698 (Standard Proctor). Variations in moisture content may be acceptable, subject to Dynamic Earth’s on-site geotechnical engineer’s approval, if the contractor is able to achieve the necessary compaction. The contractor shall be responsible for providing suitable equipment to properly place and compact the fill materials to the required density. Dynamic Earth recommends using a smooth drum roller or sheepsfoot roller to compact subgrade soils beneath larger areas. Hand operated vibratory jumping jacks and plate compactors should be used in confined excavations for utilities. Fill material compacted with relatively light weight equipment or in the static mode may require additional passes and/or the material may need to be placed in thinner, loose lifts. Compaction Testing: Before filling operations or moisture conditioning begin, representative samples of each proposed material (on-site and/or imported) should be collected. The samples should be tested to determine the maximum dry density, optimum moisture content, natural moisture content, gradation, and plasticity of the soil. These tests are needed for quality control during compaction and also to determine if the material is acceptable. The placement of all backfill Johnson Development Associates, Inc. 13 1974 24-03386 should be monitored by Dynamic Earth’s on-site representative to ensure that the specified material and lift thicknesses are properly installed. A sufficient number of in-place density tests should be performed during fill placement to ensure that the specified compaction is achieved throughout the height of the select fill or backfill. 5.4 Groundwater Control Groundwater was not encountered during the subsurface investigation. Dynamic Earth anticipates that groundwater will be deeper than the proposed foundation and utility excavations. However, the contractor should anticipate the need for temporary groundwater control measures for dewatering surface runoff, perched and infiltrating water. Groundwater levels are expected to fluctuate seasonally and following periods of precipitation. While the means of groundwater control will need to be determined by the contractor, the use of gravity fed sump pumps are typically suitable for dewatering of surface runoff, and infiltrating water. Surface water runoff must be controlled and diverted away from construction areas by grading and limiting the exposure of excavations to rainfall. 5.5 Foundation/Floor Slab Recommendations Provided that the subgrade soils are improved as an attempt to reduce the risk of PVR to approximately one inch as detailed herein, the proposed building may be supported on monolithic (stiffened) slab-on-grade. While alternative foundation types may be considered, depending on the contractor’s abilities, and /or special means/methods, the following recommendations have been requested by the structural engineer for this project. 5.5.1 Monolithic (Stiffened) Slab-On-Grade A net allowable soil bearing capacity of 2,500 pounds per square foot (psf) may be used for design of beams placed on properly compacted soil. Foundation elements should bear at depths of 24 inches and 36 inches below finished grade for interior and exterior beams, respectively, with a minimum beam width of 18 inches. We recommend a Modulus of Subgrade Reaction (k) of 12 0 pci. The slab should be designed in accordance with the Wire Reinforcement Institute design method for a stiffened slab using the following criteria: • Design PI - 30 • Climatic Rating (Cw) – 20 • Unconfined Compressive Strength (Qu) – 2.0 tsf • Soil-Climate Support Index (1-C) – 0.15 These design parameters assume positive drainage will be provided away from the structure with moderate irrigation, no excessive wetting or drying of soils adjacent to the foundation. Greater movements could occur with excess changes in moisture, which includes plumbing leaks. Johnson Development Associates, Inc. 14 1974 24-03386 Settlement of a properly designed stiffened slab on the recompacted soils constructed as described above should be on the order of one inch. Recommendations described in Sections 5.2 and 5.3 for soil placement should be followed. 5.6 Pavement Design Criteria General: Due to the relatively high plasticity clay, we recommend lime stabilization for the upper six inches of the proposed pavement subgrade to decrease the moisture content and increase the structural support of the clayey material. For planning purposes, we estimate the subgrade may be treated with six percent lime (approximately 36 pounds of lime per square yard per six-inch depth). Actual subgrade treatment quantities should be determined by additional laboratory testing such as lime series (TxDOT Tex-121-E) and sulfate test (TxDOT Tex-145-E) prior to or during the early part of construction. The subgrade should be treated in accordance with TxDOT 2004 Standard Specifications for lime treated subbase. It is recommended lime treatment procedures extend at least one foot beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. This pavement design is based on the assumed traffic loading per Section 3.3. If heavier traffic is anticipated, Dynamic Earth should be contacted to provide a specific heavy duty pavement section. Design Criteria: A design California Bearing Ratio (CBR) value of three (3) and a Modulus of Subgrade Reaction of 120 pci has been estimated for the anticipated properly prepared on-site soils for pavement design purposes. This value was correlated with pertinent soil support values and assumed traffic loads to prepare rigid pavement designs per the AASHTO Guide for the Design of Pavement Structures. Pavement Sections: The recommended rigid pavement section is presented below. RECOMMENDED RIGID PAVEMENT Layer Material Light Duty (Inches) Medium Duty (Inches) Heavy Duty (Inches) Surface Reinforced Concrete 5.0 6.0 7.0 Subgrade Lime Treated On-Site Soil 6.0 6.0 6.0 *In lieu of lime stabilization, concrete pavement thickness can be increased one inch and placed on 6-inch compacted subgrade. Reinforced Concrete: Concrete shall be designed to possess a minimum compressive strength of 4,000 psi at 28 days. Materials and construction procedures for pavement shall conform to TxDOT Standard Specifications Item 360. Johnson Development Associates, Inc. 15 1974 24-03386 Reinforcing Steel: Reinforcing steel consisting of deformed reinforcing bars (rebar) shall be used in concrete pavement. The following guidelines for concrete pavement shall be utilized, at a minimum, unless otherwise specified by the Structural Engineer. RIGID PAVEMENT ELEMENTS Element Description Minimum Reinforcing Steel #3 bars shall be spaced at 12-in. on centers in both directions. Minimum Dowel Size #6 bars, 18-in. in length, with one end treated to slip, shall be spaced at 12-in. on centers at each joint. Control Joint Spacing Maximum control joint spacing should be 15 feet. If sawcut, control joints shall be cut as soon as the concrete has hardened sufficiently to permit sawing without excessive raveling which is usually within four to 24 hours of concrete placement. Isolation/Expansion Joints Expansion joints shall be used in areas adjacent to structures, such as manholes and walls. Additional Design Considerations: The pavement section thickness designs presented in this report are based on design parameters detailed herein and are contingent on proper construction, inspection, and maintenance. The designs are contingent on achieving the minimum soil support value in the field. To accomplish this requirement, all subgrade soil and select fill or backfill must be placed, prepared, and evaluated as detailed in Sections 5.2 and 5.3 of this report. Proper drainage must be provided for the pavement structure including appropriate grading and surface water control, as well as measures to drain water from the subgrade such as bleeder drains at inlets. The performance of the pavement also will depend on the quality of materials and workmanship. Dynamic Earth recommends that Texas Highway Department (TxDOT) standards for materials, workmanship, and maintenance be applied to this site. All rigid concrete pavements shall be suitably jointed, and reinforced. The pavement sections included above are considered to be sufficient for support of the anticipated traffic loads, but may experience cracking typical to the region due to the shrink/swell potential of the on-site soils. While treating the subgrade material with lime will reduce the shrink/swell potential, minimizing moisture changes to the subgrade soils will further minimize the potential damage as a result of the soil shrink/swell. Therefore, critical civil design factors such as grading, drainage, and placing low permeable fill material along the edge of the pavement will be required to minimize potential moisture changes in the subgrade soil. Curbs shall be extended to bear deeper than the lime treated zone to minimize the potential of water seepage below the subgrade. Preventative maintenance also will be critical to minimize the potential of infiltrating water through the pavement. Johnson Development Associates, Inc. 16 1974 24-03386 5.7 Retaining Walls and Lateral Earth Pressures Retaining walls and other structures having lateral earth pressures were not identified at this time. Dynamic Earth should be notified if structures requiring lateral earth pressure estimates subsequently are proposed. 5.8 Seismic and Liquefaction Considerations The soils are most consistent with Site Class C defined by the International Building Code. Based on the seismic zone and soil profile, liquefaction considerations are not expected to have a substantial impact on design. 5.9 Temporary Excavations The natural granular soils encountered during the investigation are consistent with Type A Soil Conditions as defined by 29 CFR Part 1926 (OSHA) which require a maximum unbraced excavation angle of 1.5:1 (horizontal: vertical). Actual conditions encountered during construction should be evaluated by a competent person (as defined by OSHA) to ensure that safe excavation methods and/or shoring and bracing requirements are implemented. 5.10 Supplemental Post-Investigation Services Construction Monitoring and Testing: The recommendations presented herein are contingent on the owner retaining Dynamic Earth to perform inspection, testing and consultation during construction as described in previous sections of this report. Construction phase evaluation by means of proofroll inspections, soil probes, and pocket penetrometer testing should be performed on the foundation subgrade soils in order to confirm design bearing capacities for the proposed structure. Monitoring and testing should also be performed to verify that suitable materials are used for controlled fill, and that they are properly placed and compacted over suitable subgrade soils. Testing of fill placement will also be critical to limiting differential settlement. Johnson Development Associates, Inc. 17 1974 24-03386 6.0 GENERAL COMMENTS Supplemental recommendations may be required upon finalization of construction plans or if significant changes are made in the characteristics or location of the proposed structure. Dynamic Earth should be included as a consultant to the design team and should be provided final plans for review to confirm these criteria apply or to modify recommendations as necessary. The recommendations presented herein should be utilized by a qualified engineer in preparing the project plans and specifications. The engineer should consider these recommendations as minimum physical standards that may be superseded by local and regional building codes and structural considerations. These recommendations are prepared for the use of the client for the specific project detailed and should not be used by any third party. These recommendations are relevant to the design phase and should not be substituted for construction specifications. The possibility exists that conditions between borings may differ from those at specific boring locations, and conditions may not be as anticipated by the designers or contractors. In addition, the construction process may itself alter soil conditions. Therefore, Dynamic Earth’s Geotechnical Engineers or their representatives should observe and document the construction procedures used and the conditions encountered, as well as conduct testing and inspection to ensure the design criteria are met or recommendations to address deviations are implemented. Dynamic Earth assumes that a qualified contractor will be employed to perform the construction work, and that the contractor will be required to exercise care to ensure all excavations are performed in accordance with applicable regulations and good practice. Particular attention should be paid to avoiding damaging or undermining adjacent properties and maintaining slope stability. The exploration and analysis of the foundation conditions reported herein are presented to form a reasonable basis for foundation design. The recommendations submitted for the proposed construction are based on the available soil information and the preliminary design details furnished or assumed. Deviations from the noted subsurface conditions encountered during construction should be brought to the attention of the geotechnical engineer. The geotechnical engineer warrants that the findings, recommendations, specifications, or professional advice contained herein have been promulgated after being prepared in accordance with generally accepted professional engineering practice in the fields of foundation engineering, soil mechanics, and engineering geology. No other warranties are implied or expressed. Boring Location Plan 714 S Greenville Ave, Suite 100 Allen, TX 75002 T: 972-534-2100 www.dynamic-earth.com 1974 24-04193 RJ 02/26/2025 0 1974 Johnson Development Associates, Inc 501 E Loop 820 City of Fort Worth, Tarrant County, Texas Proposed Self-Storage Facility BORING LOCATION PLAN N.T.S.LEGEND: 1 B-X APPROXIMATE BORING LOCATION NOTES: 1. THIS PLAN HAS BEEN PREPARED BASED ON FEBRUARY 18, 2025 SITE PLAN PREPARED BY DYNAMIC ENGINEERING CONSULTANTS, PC. 2. THIS PLAN IS NOT FOR CONSTRUCTION AND WAS PREPARED TO ILLUSTRATE TEST LOCATIONS ONLY, AND MAY NOT REFLECT CURRENT REVISIONS OF THE BASE PLAN. - EP B-1 B-2 B-3 B-4 B-5 B-6 B-7 B-8 B-9 B-10 Records of Subsurface Exploration Sample Information Depth (Feet) 0.0-1.5 2.0-3.5 4.0-5.5 6.0-7.5 Number S-1 S-2 S-3 S-4 Type SS SS SS SS Rec (in) 17 16 15 18 RQD % -- -- -- -- Blows per 6" or drill time (mm:ss) 3 10 10 11 7 16 12 11 7 19 15 15 -- -- -- -- N 14 35 27 26 Depth (ft) 5 10 15 20 Strata Surface Cover Alluvial Deposits DESCRIPTION OF MATERIALS (Classification) Approximately 2 inches topsoil Dark brown clay, some coarse to fine sand, trace roots, moist, very stiff (CH) Brown clay, some coarse to fine sand, trace fine gravel, trace calcareous nodules, trace roots, moist, hard (CH) As above, no roots (CH) Yellowish orange clay, little coarse to fine sand, trace fine gravel, trace calcareous nodules, moist, hard (CL) Boring B-1 was terminated at approximately 7.5 feet below the ground surface. Remarks Qp = 2.5 tsf LL = 52 PI = 33 MC = 11.0% %<#200 = 68.1 Qp = 4.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf BOREHOLE LOG Boring No :B-1 Page 1 of 1 Project:Proposed Self-Storage Facility Proj. No.:1974 24-04193 Location:501 E Loop 820, City of Fort Worth, Tarrant County, Texas Client:Johnson Development Associates, Inc Surface Elevation: Termination Depth: 556.0 feet 7.5 feet Date Started: Date Completed: 01-15-2025 01-15-2025 Groundwater Data Depth (ft) El. (ft) Additional Groundwater Data Depth (ft) El. (ft) Proposed Location:Western Portion of Proposed Pavement Logged by:N. Harvey-Costello While Drilling:NE - Drill/Test Method:HSA/SPT Contractor:T.S.S.At Completion:NE - Hammer Type:Auto Rig Type:CME-55 Sample Information Depth (Feet) 0.0-1.5 2.0-3.5 4.0-5.5 6.0-7.5 8.0-9.5 Number S-1 S-2 S-3 S-4 S-5 Type SS SS SS SS SS Rec (in) 15 17 16 16 16 RQD % -- -- -- -- -- Blows per 6" or drill time (mm:ss) 3 4 4 5 6 3 7 7 6 7 4 7 9 9 9 -- -- -- -- -- N 7 14 16 15 16 Depth (ft) 5 10 15 20 Strata Surface Cover Alluvial Deposits DESCRIPTION OF MATERIALS (Classification) Approximately 2.5 inches topsoil Dark brown clay, some coarse to fine sand, trace roots, moist, very stiff (CH) As above, trace calcareous nodules, hard (CH) As above (CH) Brown clay, little coarse to fine sand, trace calcareous nodules, moist, hard (CH) Yellowish orange to dark gray clay, trace coarse to fine sand, trace calcareous nodules, moist, hard (CL) Boring B-2 was terminated at approximately 9.5 feet below the ground surface. Remarks Qp = 2.0 tsf LL = 52 PI = 30 MC = 16.1% %<#200 = 78.3 Qp = 4.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf BOREHOLE LOG Boring No :B-2 Page 1 of 1 Project:Proposed Self-Storage Facility Proj. No.:1974 24-04193 Location:501 E Loop 820, City of Fort Worth, Tarrant County, Texas Client:Johnson Development Associates, Inc Surface Elevation: Termination Depth: 554.0 feet 9.5 feet Date Started: Date Completed: 01-16-2025 01-16-2025 Groundwater Data Depth (ft) El. (ft) Additional Groundwater Data Depth (ft) El. (ft) Proposed Location:Northern Portion of Proposed Pavement Logged by:N. Harvey-Costello While Drilling:NE - Drill/Test Method:HSA/SPT Contractor:T.S.S.At Completion:NE - Hammer Type:Auto Rig Type:CME-55 Sample Information Depth (Feet) 0.0-1.5 2.0-3.5 4.0-5.5 6.0-7.5 8.0-9.5 Number S-1 S-2 S-3 S-4 S-5 Type SS SS SS SS SS Rec (in) 16 16 16 16 18 RQD % -- -- -- -- -- Blows per 6" or drill time (mm:ss) 2 7 10 11 9 4 11 9 12 20 5 11 9 14 39 -- -- -- -- -- N 9 22 18 26 59 Depth (ft) 5 10 15 20 Strata Surface Cover Alluvial Deposits DESCRIPTION OF MATERIALS (Classification) Approximately 2 inches topsoil Dark brown clay, some coarse to fine sand, trace fine gravel, trace calcareous nodules, trace roots, moist, very stiff (CH) Brown clay, little coarse to fine sand, trace calcareous nodules, trace limestone fragments, trace roots, moist, hard (CH) Brown clay, little coarse to fine sand, trace calcareous nodules, moist, very stiff (CH) Yellowish orange clay, little coarse to fine sand, trace calcareous nodules, moist, hard (CL) As above (CL) Boring B-3 was terminated at approximately 9.5 feet below the ground surface. Remarks LL = 53 PI = 30 MC = 16.5% %<#200 = 67.7 Qp = 2.5 tsf Qp = 4.5 tsf Qp = 2.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf BOREHOLE LOG Boring No :B-3 Page 1 of 1 Project:Proposed Self-Storage Facility Proj. No.:1974 24-04193 Location:501 E Loop 820, City of Fort Worth, Tarrant County, Texas Client:Johnson Development Associates, Inc Surface Elevation: Termination Depth: 554.0 feet 9.5 feet Date Started: Date Completed: 01-16-2025 01-16-2025 Groundwater Data Depth (ft) El. (ft) Additional Groundwater Data Depth (ft) El. (ft) Proposed Location:Eastern Portion of Proposed Pavement Logged by:N. Harvey-Costello While Drilling:NE - Drill/Test Method:HSA/SPT Contractor:T.S.S.At Completion:NE - Hammer Type:Auto Rig Type:CME-55 Sample Information Depth (Feet) 0.0-1.5 2.0-3.5 4.0-5.5 6.0-7.5 8.0-9.5 9.5-10.2 10.2-10.7 15.0-15.1 20.0-20.1 Number S-1 S-2 S-3 S-4 S-5 S-6 S-7 S-8 S-9 Type SS SS SS SS SS TCP SS TCP TCP Rec (in) 13 13 16 16 18 13 RQD % -- -- -- -- -- -- -- -- -- Blows per 6" or drill time (mm:ss) 3 8 8 8 9 -- -- -- 4 10 10 11 21 -- -- -- 7 14 12 20 -- -- -- -- -- -- -- -- -- -- -- -- -- N 11 24 22 31 71/12 50/3 Depth (ft) 5 10 15 20 Strata Surface Cover Alluvial Deposits Bedrock DESCRIPTION OF MATERIALS (Classification) Approximately 2.5 inches topsoil Dark brown clay, some coarse to fine sand, trace calcareous nodules, trace roots, moist, very stiff (CH) Brown clay, some coarse to fine sand, trace calcareous nodules, trace roots, moist, hard (CH) As above (CH) Yellowish orange clay, trace coarse to fine sand, trace calcareous nodules, moist, hard (CL) As above (CL) As above, trace limestone fragments (CL) As above (CL) Tan limestone, very hard Gray limestone, very hard Remarks Qp = 3.0 tsf Qp = 4.5 tsf LL = 50 PI = 29 MC = 11.8% %<#200 = 71.4 Qp = 4.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf BOREHOLE LOG Boring No :B-4 Page 1 of 2 Project:Proposed Self-Storage Facility Proj. No.:1974 24-04193 Location:501 E Loop 820, City of Fort Worth, Tarrant County, Texas Client:Johnson Development Associates, Inc Surface Elevation: Termination Depth: 555.0 feet Date Started: Date Completed: 01-16-2025 01-16-2025 Groundwater Data Depth (ft) El. (ft) Additional Groundwater Data Depth (ft) El. (ft) Proposed Location: 34.6 feetNorth Central Portion of Proposed Pavement Logged by:N. Harvey-Costello While Drilling:NE - Drill/Test Method:HSA/SPT Contractor:T.S.S.At Completion:NE - Hammer Type:Auto Rig Type:CME-55 50/5.75 50/2.5 50/3.25 100/8.5 100/0.75 100/0.75 -- -- -- Sample Information Depth (Feet) 25.0-25.1 30.0-30.1 34.5-34.6 Number S-10 S-11 S-12 Type TCP TCP TCP Rec (in) RQD % -- -- -- Blows per 6" or drill time (mm:ss) -- -- -- -- -- -- -- -- -- -- -- -- N Depth (ft) 30 35 40 45 Strata Bedrock DESCRIPTION OF MATERIALS (Classification) As above As above As above Boring B-4 was terminated at approximately 34.6 feet below the ground surface. Remarks BOREHOLE LOG Boring No :B-4 Page 2 of 2 Project:Proposed Self-Storage Facility Proj. No.:1974 24-04193 Location:501 E Loop 820, City of Fort Worth, Tarrant County, Texas Client:Johnson Development Associates, Inc Surface Elevation: Termination Depth: 555.0 feet Date Started: Date Completed: 01-16-2025 01-16-2025 Groundwater Data Depth (ft) El. (ft) Additional Groundwater Data Depth (ft) El. (ft) Proposed Location:North Central Portion of Proposed Pavement Logged by:N. Harvey-Costello While Drilling:NE - Drill/Test Method:HSA/SPT Contractor:T.S.S.At Completion:NE - Hammer Type:Auto Rig Type:CME-55 100/1.5 100/1.5 100/1.25 34.6 feet -- -- -- Sample Information Depth (Feet) 0.0-1.5 2.0-3.5 4.0-5.5 6.0-7.5 8.0-9.5 15.0-15.2 20.0-20.1 25.0-25.1 Number S-1 S-2 S-3 S-4 S-5 S-6 S-7 S-8 Type SS SS SS SS SS SS TCP TCP Rec (in) 16 17 16 16 18 2 RQD % -- -- -- -- -- -- -- -- Blows per 6" or drill time (mm:ss) 3 11 11 11 6 50/1.5 -- -- 4 18 16 16 12 50/0.5 -- -- 5 15 16 18 31 -- -- -- -- -- -- -- -- -- -- -- N 9 33 32 34 43 50/0.5 Depth (ft) 5 10 15 20 25 Strata Surface Cover Alluvial Deposits Bedrock DESCRIPTION OF MATERIALS (Classification) Approximately 2.5 inches topsoil Dark brown clay, trace coarse to fine sand, trace roots, moist, very stiff (CH) Brown clay, trace coarse to fine sand, trace calcareous nodules, trace roots, moist, hard (CH) Brown and yellowish orange clay, trace coarse to fine sand, trace calcareous nodules, trace limestone fragments, moist, hard (CH) Yellowish orange clay, trace coarse to fine sand, trace fine gravel, trace calcareous nodules, moist, hard (CL) Yellowish orange and gray clay, little coarse to fine sand, trace calcareous nodules, trace fragmented limestone, moist, hard (CL) Yellowish orange clay, trace coarse to fine sand, moist, hard (CL) Gray limestone, very hard As above Boring B-5 was terminated at approximately 25.1 feet below the ground surface. Remarks Qp = 3.0 tsf Qp = 4.5 tsf Qp = 4.5 tsf LL = 42 PI = 24 MC = 15.1% %<#200 = 96.2 Qp = 4.5 tsf Qp = 4.5 tsf Qp = 4.0 tsf BOREHOLE LOG Boring No :B-5 Page 1 of 1 Project:Proposed Self-Storage Facility Proj. No.:1974 24-04193 Location:501 E Loop 820, City of Fort Worth, Tarrant County, Texas Client:Johnson Development Associates, Inc Surface Elevation: Termination Depth: 557.0 feet Date Started: Date Completed: 01-16-2025 01-17-2025 Groundwater Data Depth (ft) El. (ft) Additional Groundwater Data Depth (ft) El. (ft) Proposed Location:Southeastern Corner of Proposed Pavement Logged by:N. Harvey-Costello While Drilling:NE - Drill/Test Method:HSA/SPT Contractor:T.S.S.At Completion:NE - Hammer Type:Auto Rig Type:CME-55 25.1 feet 100/1.25 100/1.5 -- -- Sample Information Depth (Feet) 0.0-1.5 2.0-3.5 4.0-5.5 6.0-7.5 8.0-9.5 15.0-16.3 16.3-16.6 20.0-20.1 25.0-25.1 Number S-1 S-2 S-3 S-4 S-5 S-6 S-7 S-8 S-9 Type SS SS SS SS SS SS TCP TCP TCP Rec (in) 14 16 15 15 18 17 RQD % -- -- -- -- -- -- -- -- -- Blows per 6" or drill time (mm:ss) 3 11 11 11 12 27 -- -- -- 4 19 18 19 13 38 -- -- -- 8 21 18 36 18 50/4 -- -- -- -- -- -- -- -- -- -- -- -- N 12 40 36 55 31 88/10 100/1 Depth (ft) 5 10 15 20 25 Strata Surface Cover Alluvial Deposits Bedrock DESCRIPTION OF MATERIALS (Classification) Approximately 1.5 inches topsoil Dark brown clay, little coarse to fine sand, trace calcareous nodules, trace limestone fragments, trace roots, moist, very stiff (CH) Tan clay, trace coarse to fine sand, trace calcareous nodules, trace roots, moist, hard (CL) As above, trace limestone fragments (CL) Yellowish orange clay, trace coarse to fine sand, trace limestone fragments, moist, hard (CL) As above, no limestone fragments (CL) Gray clay, trace coarse to fine sand, trace fine gravel, moist, hard (CL) Gray limestone, hard As above, very hard As above Boring B-6 was terminated at approximately 25.1 feet below the ground surface. Remarks Qp = 3.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf LL = 43 PI = 25 MC = 13.5% %<#200 = 91.4 Qp = 4.5 tsf BOREHOLE LOG Boring No :B-6 Page 1 of 1 Project:Proposed Self-Storage Facility Proj. No.:1974 24-04193 Location:501 E Loop 820, City of Fort Worth, Tarrant County, Texas Client:Johnson Development Associates, Inc Surface Elevation: Termination Depth: 555.5 feet Date Started: Date Completed: 01-17-2025 01-17-2025 Groundwater Data Depth (ft) El. (ft) Additional Groundwater Data Depth (ft) El. (ft) Proposed Location:Southwestern Corner of Proposed Building Pad Logged by:N. Harvey-Costello While Drilling:NE - Drill/Test Method:HSA/SPT Contractor:T.S.S.At Completion:NE - Hammer Type:Auto Rig Type:CME-55 25.1 feet 100/2.75 100/1.5 -- -- -- Sample Information Depth (Feet) 0.0-1.5 2.0-3.5 4.0-5.5 6.0-7.5 8.0-9.5 15.0-16.4 16.4-16.6 20.0-20.1 25.0-25.2 Number S-1 S-2 S-3 S-4 S-5 S-6 S-7 S-8 S-9 Type SS SS SS SS SS SS TCP TCP TCP Rec (in) 10 16 16 14 17 16 RQD % -- -- -- -- -- -- -- -- -- Blows per 6" or drill time (mm:ss) 2 11 5 9 16 25 -- -- -- 3 6 7 31 12 33 -- -- -- 4 7 7 38 12 50/4.5 -- -- -- -- -- -- -- -- -- -- -- -- N 7 13 14 69 24 83/11 100/1 Depth (ft) 5 10 15 20 25 Strata Surface Cover Alluvial Deposits Bedrock DESCRIPTION OF MATERIALS (Classification) Approximately 1.5 inches topsoil Dark brown clay, little coarse to fine sand, trace fine gravel, trace calcareous nodules, trace roots, moist, very stiff (CH) As above, hard (CH) As above (CH) Yellowish orange clay, little coarse to fine sand, trace fine gravel, moist, hard (CL) As above (CL) Gray clay, coarse to fine sand, moist, hard (CL) Gray limestone, hard As above, very hard As above Boring B-7 was terminated at approximately 25.2 feet below the ground surface. Remarks Qp = 3.0 tsf Qp = 4.5 tsf LL = 65 PI = 40 MC = 19.1% %<#200 = 84.4 Qp = 4.5 tsf LL = 34 PI = 16 Qp = 4.5 tsf MC = 13.5% %<#200 = 86.6 Qp = 4.5 tsf Qp = 4.5 tsf BOREHOLE LOG Boring No :B-7 Page 1 of 1 Project:Proposed Self-Storage Facility Proj. No.:1974 24-04193 Location:501 E Loop 820, City of Fort Worth, Tarrant County, Texas Client:Johnson Development Associates, Inc Surface Elevation: Termination Depth: Date Started: Date Completed: 01-17-2025 01-17-2025 Groundwater Data Depth (ft) El. (ft) Additional Groundwater Data Depth (ft) El. (ft) Proposed Location:Logged by:N. Harvey-Costello While Drilling:NE - Drill/Test Method:Contractor:T.S.S.At Completion:NE - Hammer Type: 555.0 feet 25.2 feetSouthern Center of Proposed Building PadHSA/SPT Auto Rig Type:CME-55 100/2.75 100/1.5-- -- -- Sample Information Depth (Feet) 0.0-1.5 2.0-3.5 4.0-5.5 6.0-7.5 8.0-9.5 15.0-15.9 15.9-16.1 20.0-20.1 25.0-25.2 Number S-1 S-2 S-3 S-4 S-5 S-6 S-7 S-8 S-9 Type SS SS SS SS SS SS TCP TCP TCP Rec (in) 18 17 16 17 17 11 RQD % -- -- -- -- -- -- -- -- -- Blows per 6" or drill time (mm:ss) 2 6 2 6 8 15 -- -- -- 3 7 3 8 16 50/5 -- -- -- 5 8 4 10 50 -- -- -- -- -- -- -- -- -- -- -- -- -- N 8 15 7 18 66 50/5 Depth (ft) 5 10 15 20 25 Strata Surface Cover Alluvial Deposits Bedrock DESCRIPTION OF MATERIALS (Classification) Approximately 1.5 inches topsoil Dark brown clay, some coarse to fine sand, trace fine gravel, trace calcareous nodules, trace roots, moist, very stiff (CH) Brown clay, some coarse to fine sand, trace calcareous nodules, trace roots, moist, hard (CH) As above, no roots (CH) Yellowish orange clay, trace coarse to fine sand, trace fine gravel, trace calcareous nodules, moist, hard (CL) As above, trace limestone fragments (CL) As above (CL) Gray limestone, hard As above, very hard As above, hard Boring B-8 was terminated at approximately 25.2 feet below the ground surface. Remarks MC = 19.4% %<#200 = 68.3 Qp = 3.0 tsf Qp = 4.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf BOREHOLE LOG Boring No :B-8 Page 1 of 1 Project:Proposed Self-Storage Facility Proj. No.:1974 24-04193 Location:501 E Loop 820, City of Fort Worth, Tarrant County, Texas Client:Johnson Development Associates, Inc Surface Elevation: Termination Depth: Date Started: Date Completed: 01-17-2025 01-18-2025 Groundwater Data Depth (ft) El. (ft) Additional Groundwater Data Depth (ft) El. (ft) Proposed Location:Logged by:N. Harvey-Costello While Drilling:NE - Drill/Test Method:Contractor:T.S.S.At Completion:NE - Hammer Type: 553.0 feet 25.2 feetCenter of Proposed Building PadHSA/SPT Auto Rig Type:CME-55 100/2.5 100/1.25 100/2.25 -- -- -- LL = 50PI = 24 Sample Information Depth (Feet) 0.0-1.5 2.0-3.5 4.0-5.5 6.0-7.5 8.0-9.5 15.0-16.0 16.0-16.1 20.0-20.2 Number S-1 S-2 S-3 S-4 S-5 S-6 S-7 S-8 Type SS SS SS SS SS SS TCP TCP Rec (in) 16 14 16 16 15 12 RQD % -- -- -- -- -- -- -- -- Blows per 6" or drill time (mm:ss) 3 7 6 5 5 50 -- -- 3 7 7 9 8 50 -- -- 4 7 9 13 7 -- -- -- -- -- -- -- -- -- -- -- N 7 14 16 22 15 50/6 Depth (ft) 5 10 15 20 Strata Surface Cover Alluvial Deposits Bedrock DESCRIPTION OF MATERIALS (Classification) Approximately 1.5 inches topsoil Dark brown clay, some coarse to fine sand, trace calcareous nodules, trace roots, moist, very stiff (CH) As above, no roots, hard (CH) Brown clay, some coarse to fine sand, trace calcareous nodules, moist, hard (CH) Yellowish orange clay, some coarse to fine sand, trace fine gravel, trace calcareous nodules, moist, hard (CL) As above (CL) Yellowish orange clay, trace coarse to fine sand, trace fine gravel, moist, hard (CL) Tan limestone, very hard Gray limestone, hard Remarks Qp = 3.0 tsf Qp = 4.5 tsf Qp = 4.5 tsf LL = 41 PI = 24 MC = 14.5% %<#200 = 75.0 Qp = 4.5 tsf Qp = 4.5 tsf LL = 41 PI = 22 MC = 14.7% %<#200 = 91.4 Qp = 4.5 tsf BOREHOLE LOG Boring No :B-9 Page 1 of 2 Project:Proposed Self-Storage Facility Proj. No.:1974 24-04193 Location:501 E Loop 820, City of Fort Worth, Tarrant County, Texas Client:Johnson Development Associates, Inc Surface Elevation: Termination Depth: 554.0 feet Date Started: Date Completed: 01-18-2025 01-18-2025 Groundwater Data Depth (ft) El. (ft) Additional Groundwater Data Depth (ft) El. (ft) Proposed Location: 30.2 feet Northeastern Corner of Proposed Building Pad Logged by:N. Harvey-Costello While Drilling:NE - Drill/Test Method:HSA/SPT Contractor:T.S.S.At Completion:NE - Hammer Type:Auto Rig Type:CME-55 100/1.5 100/2.5 -- -- Sample Information Depth (Feet) 25.0-25.2 30.0-30.2 Number S-9 S-10 Type TCP TCP Rec (in) RQD % -- -- Blows per 6" or drill time (mm:ss) -- -- -- -- -- -- -- -- N 100/2 Depth (ft) 30 35 40 45 Strata Bedrock DESCRIPTION OF MATERIALS (Classification) As above As above Boring B-9 was terminated at approximately 30.2 feet below the ground surface. Remarks BOREHOLE LOG Boring No :B-9 Page 2 of 2 Project:Proposed Self-Storage Facility Proj. No.:1974 24-04193 Location:501 E Loop 820, City of Fort Worth, Tarrant County, Texas Client:Johnson Development Associates, Inc Surface Elevation: Termination Depth: 554.0 feet Date Started: Date Completed: 01-18-2025 01-18-2025 Groundwater Data Depth (ft) El. (ft) Additional Groundwater Data Depth (ft) El. (ft) Proposed Location: 30.2 feet Northeastern Corner of Proposed Building Pad Logged by:N. Harvey-Costello While Drilling:NE - Drill/Test Method:HSA/SPT Contractor:T.S.S.At Completion:NE - Hammer Type:Auto Rig Type:CME-55 100/2.25-- -- Sample Information Depth (Feet) 0.0-1.5 2.0-3.5 4.0-5.5 6.0-7.5 8.0-9.5 15.0-16.5 16.5-16.7 20.0-20.3 25.0-25.2 Number S-1 S-2 S-3 S-4 S-5 S-6 S-7 S-8 S-9 Type SS SS SS SS SS SS TCP TCP TCP Rec (in) 13 15 13 14 16 17 RQD % -- -- -- -- -- -- -- -- -- Blows per 6" or drill time (mm:ss) 2 5 4 7 5 38 -- -- -- 3 8 5 9 7 32 -- -- -- 4 8 8 13 9 50 -- -- -- -- -- -- -- -- -- -- -- -- N 7 16 13 22 16 82 100/2 Depth (ft) 5 10 15 20 25 Strata Surface Cover Alluvial Deposits Bedrock DESCRIPTION OF MATERIALS (Classification) Approximately 1.5 inches topsoil Dark brown clay, some coarse to fine sand, trace roots, moist, very stiff (CH) As above, hard (CH) As above (CH) Yellowish orange clay, little coarse to fine sand, trace calcareous nodules, moist, hard (CL) As above, very stiff (CL) Tan clay, little coarse to fine sand, moist, hard (CL) Tan limestone, very hard Gray limestone, hard As above Boring B-10 was terminated at approximately 25.2 feet below the ground surface. Remarks Qp = 2.0 tsf Qp = 4.5 tsf Qp = 4.5 tsf Qp = 4.5 tsf LL = 37 PI = 21 MC = 16.5% %<#200 = 80.6 Qp = 3.5 tsf Qp = 4.5 tsf BOREHOLE LOG Boring No :B-10 Page 1 of 1 Project:Proposed Self-Storage Facility Proj. No.:1974 24-04193 Location:501 E Loop 820, City of Fort Worth, Tarrant County, Texas Client:Johnson Development Associates, Inc Surface Elevation: Termination Depth: 553.5 feet Date Started: Date Completed: 01-18-2025 01-18-2025 Groundwater Data Depth (ft) El. (ft) Additional Groundwater Data Depth (ft) El. (ft) Proposed Location: 25.2 feet Northwestern Corner of Proposed Building Pad Logged by:N. Harvey-Costello While Drilling:NE - Drill/Test Method:HSA/SPT Contractor:T.S.S.At Completion:NE - Hammer Type:Auto Rig Type:CME-55 100/3.5 100/2.5 -- -- -- Laboratory Test Results Tested By: NHC LIQUID AND PLASTIC LIMITS TEST REPORT PLASTICITY INDEX0 10 20 30 40 50 60 LIQUID LIMIT 0 10 20 30 40 50 60 70 80 90 100 110 CL-ML CL or OLCH or OHML or OL MH or OH Dashed line indicates the approximate upper limit boundary for natural soils 4 7 MATERIAL DESCRIPTION LL PL PI %<#40 %<#200 USCS Project No.Client:Remarks: Project: Figure Location: B-1 Depth: 2' - 3.5'Sample Number: S-2 Location: B-2 Depth: 2' - 3.5'Sample Number: S-2 Location: B-3 Depth: 0' - 1.5'Sample Number: S-1 Location: B-4 Depth: 4' - 5.5'Sample Number: S-3 Location: B-5 Depth: 6' - 7.5'Sample Number: S-4 Brown clay, some coarse to fine sand, trace fine gravel, trace calcareous nodules, trace roots 52 19 33 86.2 68.1 CH Dark brown clay, some coarse to fine sand, trace calcareous nodules, trace roots 52 22 30 98.3 78.3 CH Dark brown clay, some coarse to fine sand, trace fine gravel, trace calcareous nodules, trace roots 53 23 30 88.6 67.7 CH Brown clay, some coarse to fine sand, trace calcareous nodules, trace roots 50 21 29 88.7 71.4 CH Yellowish orange clay, trace coarse to fine sand, trace fine gravel, trace calcareous nodules 42 18 24 98.4 96.2 CL Johnson Development Associates, Inc. 1 Natural Moisture: 11.0% Natural Moisture: 16.1% Natural Moisture: 16.5% Natural Moisture: 11.8% Natural Moisture: 15.1% Proposed Self-Storage Facility 1974 24-04193 501 E Loop 820, Fort Worth, Tarrant County, Texas Tested By: NHC LIQUID AND PLASTIC LIMITS TEST REPORT PLASTICITY INDEX0 10 20 30 40 50 60 LIQUID LIMIT 0 10 20 30 40 50 60 70 80 90 100 110 CL-ML CL or OLCH or OHML or OL MH or OH Dashed line indicates the approximate upper limit boundary for natural soils 4 7 MATERIAL DESCRIPTION LL PL PI %<#40 %<#200 USCS Project No.Client:Remarks: Project: Figure Location: B-6 Depth: 15' - 16.3'Sample Number: S-6 Location: B-7 Depth: 4' - 5.5'Sample Number: S-3 Location: B-7 Depth: 6' - 7.5'Sample Number: S-4 Location: B-7 Depth: 8' - 9.5'Sample Number: S-5 Location: B-8 Depth: 0' - 1.5'Sample Number: S-1 Gray clay, trace coarse to fine sand, trace fine gravel 43 18 25 97.5 91.4 CL Dark brown clay, little coarse to fine sand, trace fine gravel, trace calcareous nodules, trace roots 65 25 40 95.4 84.4 CH Yellowish orange clay, little coarse to fine sand, trace fine gravel 34 18 16 --CL Yellowish orange clay, little coarse to fine sand, trace fine gravel 92.0 86.6 CH Dark brown clay, some coarse to fine sand, trace fine gravel, trace calcareous nodules, trace roots 50 26 24 95.9 68.3 CH Johnson Development Associates, Inc. 2 Natural Moisture: 13.5% Natural Moisture: 19.1% Natural Moisture: 13.5% Natural Moisture: 19.4% Proposed Self-Storage Facility 501 E Loop 820, Fort Worth, Tarrant County, Texas 1974 24-04193 --- Tested By: NHC LIQUID AND PLASTIC LIMITS TEST REPORT PLASTICITY INDEX0 10 20 30 40 50 60 LIQUID LIMIT 0 10 20 30 40 50 60 70 80 90 100 110 CL-ML CL or OLCH or OHML or OL MH or OH Dashed line indicates the approximate upper limit boundary for natural soils 4 7 MATERIAL DESCRIPTION LL PL PI %<#40 %<#200 USCS Project No.Client:Remarks: Project: Figure Location: B-9 Depth: 6' - 7.5'Sample Number: S-4 Location: B-9 Depth: 15' - 16'Sample Number: S-6 Location: B-10 Depth: 8' - 9.5'Sample Number: S-5 Yellowish orange clay, some coarse to fine sand, trace fine gravel, trace calcareous nodules 41 17 24 93.6 75.0 CL Yellowish orange clay, trace coarse to fine sand, trace fine gravel 41 19 22 97.1 91.4 CL Yellowish orange clay, little coarse to fine sand, trace calcareous nodules 37 16 21 94.4 80.6 CL Johnson Development Associates, Inc. 3 Natural Moisture: 14.5% Natural Moisture: 14.7% Natural Moisture: 16.5% Proposed Self-Storage Facility 501 E Loop 820, Fort Worth, Tarrant County, Texas 1974 24-04193 Geotechnical Terms and Symbols 714 S Greenville Ave, Suite 100 Allen, TX 75002 972-534-2100 GEOTECHNICAL TERMS AND SYMBOLS SAMPLE IDENTIFICATION The Unified Soil Classification System is used to identify the soil unless otherwise noted. SOIL PROPERTY SYMBOLS N: Standard Penetration Value: Blows per ft. or a 140 lb. hammer falling 30” on a 2” O.D. split-spoon. Qu: Unconfined compressive strength, TSF. Qp: Penetrometer value, unconfined compressive strength, TSF. Mc: Moisture content, % LL: Liquid limit, % PI: Plasiticity index, % įd: Natural dry density, PCF. ź: Apparent groundwater level at time noted after completion of boring. = DRILLING AND SAMPLING SYMBOLS NE: Not Encountered (Groundwater was not encountered) SS: Split-Spoon – 1Ǫ” I.D., 2” O.D., except where noted ST: Shelby Tube – 3” O.D., except where noted AU: Auger Sample OB: Diamond Bit CB: Carbide Bit WS: Washed Sample RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION Term (Non-Cohesive Soils) Standard Penetration Resistance Very Loose 0-4 Loose 4-10 Medium Dense 10-30 Dense 30-50 Very Dense Over 50 Term (Cohesive Soils)Qu (TSF) Very Soft 0-0.25 Soft 0.25-0.50 Firm (Medium)0.50-1.00 Stiff 1.00-2.00 Very Stiff 2.00-4.00 Hard 4.00 + PARTICLE SIZE Boulders 8 in. + Coarse Sand 5mm-0.6mm Silt 0.074mm-0.005mm Cobbles 8 in. – 3 in. Medium Sand 0.6mm-0.2mm Clay -0.005mm Gravel 3 in. – 5mm Fine Sand 0.2mm – 0.074mm USCS Standard Classification System UNIFIED SOiL CLASSIFICATION SYSTEM - ASTM D2488 COARSE GRAINE� SO�LS CON7AIN5 MORE�fHAN 50% FINES FlNE GIZAIN�b SOIE.S CONTAINS MORE TFlAN 50% F1NE5 MAJOR DM5lON GRAVEL AND GRAVEl.1.Y 50ELS MORE TFIAN 50% OF CQARSE FRACTlON RETAINED QN NO. 4 SIEVE SAND AND SANDY S01[,5 MORE THAIV 54% OF COARSE FRACTION PASSING ON t�0. 4 SIEV� SlLT AN� CL,4Y HIGHLY ORGAN[C SOIL GROU� LETTEI2 SYMBOC. SYMBOL ����� GRAVELWIiH ��� �� GW * 5% FINES 3 a - QOo 0o C7� � r� . �• • GW-GM GRAVEL WiTH • �' GW-GC BETVVEEN 5% a - AND 15% FINES o Qa o GP-GM � o n� GP-GC � GRAVEL WiTH _j , o � GM � 15°/a FINES ti — GC /. sw SAND WITH ' 5%a FINES -- - -- SP .•� . 5W-SM SAN� VtiRTH SW-SC BEiWEEN 5°/a �'�'�' AND 15% FINE5 •: : $P�SM .;:: : :. '�;:4� SPSC i SAND WITH SM > 15% FINES � ��,i! SC i ML LfQUIDLIMIT ��j CL LESS THAIV 50 — — OL MH LEQUID L1MI7 GREATER CH TNAlV 50 OH .aj°'°sfi° j' f, S �. �5 4 �� �� a PT GROUPNAM� Well�raded Gf2AVEL Pootiy graded GitAVEL Well�raded GRAVEL with silt Wei]-graded GRAVEL witii clay Pooriy graded GRAVEI. with silf Poor[y graded GRAVEL with day SiKy GRAVEL Clayey GRAVEL Welf�raded SAND �oorty gtaded SAND Weli�raded SAND with silf Well-graded SAND wiFh day Poorty graded SAND with siR Pooriy graded SAND wiih clay Siily SAfVD Glayey SAND Inorganic SIL7 with low plasficity Lean inorganic CLAY with iow plastica[y Organic SIL"Cwith bw pfasticity Elastic inorganic 51L7 with rnoderate to high plasticity Fat inorganic ClAY with moderate to high plasticiiy Orgenic 51LT ar CLAY wiEh moderate to high plasticity PEAT soils with high arganic contents N�TES: 9) Sample c[escriptions arE �ased on visuaE field and laboratory obsen+ations using classification methods of ASTM D2488. Where laboratory data are availabfe, c[assifications are in accordance with ASTM D2487. 2) Salid lines between soiE descriptions incEicate change in interpreted geolagic unit. Dashed lines indicate siratigraphic cE�ange within the unit. 3} �i�es are material �assi�g the U.S. Std. �#200 Sieve. 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 32 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 Amrize/ Holcim 1261 3000 psi 3-5" Slump; 3-6% Air 9/23/2024 32 13 20 Mix Design Amrize/ Holcim 5177 3000 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 20 Mix Design Amrize/ Holcim 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 12/22/2025 32 13 20 Mix Design Rapid Redi Mix 3250AL With 50% Slag 3000 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 11/17/2025 32 13 20 Mix Design True Grit Redi Mix 450.230 With 30% Slag 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 8/21/2025 33 13 13 Mix Design Burnco Texas 36U500BG 1" 20% MRWR AIR (Lighting and Signal Footing Foundation)3600 psi 3-5" Slump; 3-6% Air 4/28/2025 34 13 13 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 35 13 13 Mix Design Chisholm Trail Redi Mix CTFW5520A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 36 13 13 Mix Design Chisholm Trail Redi Mix CTFW6020A 4000 psi 3-5" Slump; 3-6% Air 8/4/2025 37 13 13 Mix Design Chisholm Trail Redi Mix CTFW5020A 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 Amrize/ Holcim 1701 4000 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design Amrize/ Holcim 1551 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Amrize/ Holcim 5409 4000 psi 3-5" Slump; 3-6% Air 8/14/2025 32 13 13 Mix Design Amrize/ Holcim 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 12/31/2025 Page 1 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/31/2025 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 11/24/2025 03 30 00 Mix Design SRM Concrete 45852 4500 psi 3-5" Slump; 4.5-7.5% 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) 8/21/2025 32 13 13 Mix Design Burnco Texas 40U502BG 1" 20% HRWR AIR 3600 psi 6-8" 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 Amrize/ Holcim 1822 3600 psi 5.5-7.5" Slump; 0-3% Air 9/9/2022 32 13 13 Mix Design Amrize/ Holcim 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 32 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 1" 20% MRWR AIR 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 11/6/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CT5520AMP With 20% Fly Ash 3600 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 5/12/2025 32 13 13 Mix Design Amrize/ Holcim 1703 4000 psi 1-3" Slump; 3-6% Air 10/3/2025 32 13 13 Mix Design Amrize/ Holcim 5405 With 20% Fly Ash 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 …CIP 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 12/31/2025 …Class P Concrete (Continues) 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 12/22/2025 32 13 13 Mix Design Rapid Redi Mix 4050AL With 50% Slag 4000 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 9/30/2025 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 10/4/2024 32 13 13 Mix Design Amrize/ Holcim 5507 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Amrize/ Holcim 1851 4500 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 13 Mix Design Amrize/ Hocim 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 12/22/2025 32 13 13 Mix Design Rapid Redi Mix 4550AL With 50% Slag 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 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 12/31/2025 Class HES (High Early Strength Paving) 9/9/2022 32 13 13 Mix Design Big D Concrete 14500AE 4500 psi 3-5" Slump; 3%< Air 12/10/2025 32 13 13 Mix Design Burnco Texas 70U100AG 1 day average psi >4000 psi 7000 psi 3-5" Slump; 3-6% Air 11/18/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CTTX70AHES 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 Amrize/ Holcim 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 12/19/2025 03 34 16 Mix Design Cow Town Redi Mix 330-S8 750 psi 5.5-8.5" Slump; 5-15% 9/30/2025 03 34 16 Mix Design Martin Marietta YN81O001 750 psi 8-12" Slump; 5-10% Air 12/26/2025 03 34 16 Mix Design SRM Concrete 915 750 psi Flowable; 3-6% Air Controlled Low Strength Material (Flowable Fill) 2/7/2025 03 34 13 Mix Design Burnco Texas 01Y690BF 100 psi Flowable; 9.5-11.5% Air 5/19/2025 03 34 13 Mix Design Burnco Texas 01Z180AF 100 psi Flowable; 9.5-11.5% Air 11/18/2025 03 34 13 Mix Design Burnco Texas 01Z401BF SAND 25% MRWR 17% AIR FLOW FILL 100 psi Flowable; 17+/-1.5% 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 12/26/2025 03 34 13 Mix Design Chisholm Trail Redi Mix CTFWCLSM 100-150 psi 5-7" slump; 8.5-11.5% Air 9/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Flowable; 8-12% Air 9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 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 Amrize/ Holcim 3741 100 psi Flowable; 12.0-24.0% Air 8/4/2025 03 34 13 Mix Design Amrize/ Holcim 901 100 psi 9-11" Slump; 10-30% Air 8/14/2025 03 34 13 Mix Design Amrize/ Holcim 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 12/26/2025 03 34 13 Mix Design SRM Concrete 900 100 psi Flowable; 10-30% 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 Cement- Stabilized Sand (CSS) 11/21/2025 33 05 10 Mix Design Burnco Texas 04Z500BA SAND 20% MRWR 17% AIR FLOW FILL 250 psi Flowable; 15.5-18.5% 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 2600 @24 hrs and/or 3000 @72hrs;4500@28 days 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 12/31/2025 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 10/16/2025 32 13 20 DWS - Pavers EQUALTILE EqualTile Brick Pattern Wet-Set Replaceable 10/16/2025 32 13 20 DWS - Pavers EQUALTILE EqualTile Cast-In-Place Replaceable 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 12/31/2025 8/28/2023 33 39 20 Curb Inlet 10 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4')ASTM C913 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (5' X 5')ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH (4' MH on the top of 5' JB)ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' JB)ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB)ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB)ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 10x3 Precast** (Size 10' x 3')ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 15x3 Precast** (Size 15' x 3')ASTM C913 Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS)ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60")ASTM F2881 & AASHTO M330 8/28/2023 33 41 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)ASTM C76, C655 8/28/2023 33 41 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various)ASTM C789, C850 10/12/2023 33 41 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506 10/12/2023 34 41 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various))ASTM C1433,C1577 10/18/2023 35 41 10 Storm Drain Pipes The Turner Co.Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506 10/18/2023 33 41 10 Culvert Box The Turner Co.Reinforced Concrete Box Culvert (size - Various)ASTM C1433,C1577 4/12/2024 33 41 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506 6/25/2024 33 41 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 6/25/2024 33 41 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506 (4-5-2025) 03 34 13 CLSM specification (11-26-2025) Removed Gilco-site batch plant ….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