Loading...
HomeMy WebLinkAbout064471-PM1 - Construction-Related - Contract - Land Link Realty LLC and Lancaster Realty Partners LLCPROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 IPRC Record No. IPRC22-0136 City Project No. 103890 FID No. 30114-0200431-103890-E07685 File No. W-2846 X File No. X-27436 Mattie Parker Jesus “Jay” Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department LAUREN PRIEUR, P.E. Director, Transportation and Public Works Department Developer Awarded Project (DAP) Prepared for The City of Fort Worth 2025 DESIGN DEVELOPMENT & CONSULTANT TBPE# 10970 12/27/2025 CSC No. 64471-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS Revised March 20, 2020 WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 ECTION 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 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS Revised March 20, 2020 WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents NONE 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS Revised March 20, 2020 WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 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 92 13 Utility Service Surface Restoration Sodding 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS Revised March 20, 2020 WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS Revised March 20, 2020 WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS Revised March 20, 2020 WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION 00 42 43 DAP - BID PROPOSAL Page 1 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP.xls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT I: WATER IMPROVEMENTS 1 3311.0241 8" Water Pipe 33 11 12 LF 2517 $ 54.70 $ 137,679.90 2 3311.0141 6" Water Pipe 33 11 10 LF 44 $ 24.10 $ 1,060.40 3 3312.3003 12" Gate Valve 33 12 20 LF 2 $ 2,390.16 $ 4,780.32 4 3312.3003 8" Gate Valve 33 12 20 EA 9 $ 1,800.00 $ 16,200.00 5 3312.3002 6" Gate Valve 34 12 20 EA 4 $ 1,064.88 $ 4,259.52 6 3312.0001 Fire Hydrant 33 12 40 EA 4 $ 5,460.00 $ 21,840.00 7 3312.2103 11/2" Water Service 33 12 10 EA 84 $ 1,993.21 $ 167,429.64 8 3312.2003 1" Water Service 34 12 10 EA 2 $ 1,027.66 $ 2,055.32 9 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 2 $ 7,300.00 $ 14,600.00 10 3305.0101 Fire Hydrant Stem Extension 33 05 14 EA 4 $ 250.00 $ 1,000.00 11 3305.0109 Trench Safety 33 05 10 LF 2517 $ 0.10 $ 251.70 12 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 2 $ 860.00 $ 1,720.00 13 9999.0001 Water Testing( Excluding Geotech) 00 00 00 LF 2517 $ 1.20 $ 3,020.40 14 9999.0002 Automatic Flushing Device 00 00 00 EA 1 $ 500.00 $ 500.00 15 3312.4107 12" x 8" Tapping Sleeve & Valve 32 12 25 EA 1 $ 4,839.25 $ 4,839.25 16 3305.0202 Imported Embedment/Backfill, CSS 33 05 10 CY 260 $ 87.02 $ 22,625.20 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT I: WATER IMPROVEMENTS $ 403,861.65 00 42 43 DAP - BID PROPOSAL Page 2 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP.xls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT II: SANITARY SEWER IMPROVEMENTS 1 3301.0101 Manhole Vacuum Testing 33 01 30 EA 5 $ 174.87 $ 874.35 2 3301.0002 Post-CCTV Inspection 33 01 31 LF 2457 $ 1.95 $ 4,791.15 3 3305.0109 Trench Safety 33 05 10 LF 2457 $ 1.00 $ 2,457.00 4 3305.0112 Concrete Collar for Manhole 33 05 17 EA 3 $ 479.92 $ 1,439.76 5 3305.0113 Trench Water Stop 33 05 15 EA 13 $ 400.00 $ 5,200.00 6 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 LF 100 $ 152.25 $ 15,225.00 7 3305.0202 Imported Embedment/Backfill, CSS 33 05 10 CY 253.8 $ 87.02 $ 22,085.68 8 3331.3101 4" Sewer Service 33 31 50 EA 84 $ 862.39 $ 72,440.76 9 3331.4115 8" Sewer Pipe (SDR-26, ASTM D3034) 33 11 10 LF 2357 $ 49.38 $ 116,388.66 10 3331.4116 8" Sewer Pipe, CSS backfill 36 39 10 LF 160 $ 54.27 $ 8,683.20 11 3331.4119 8” DIP Sewer Pipe 33 11 10 LF 100 $ 95.99 $ 9,599.00 12 3339.0001 Epoxy Manhole Liner 33 39 60 EA 9 $ 207.80 $ 1,870.20 13 3339.1001 4' Manhole 33 39 10 EA 16 $ 3,849.35 $ 61,589.60 14 3339.1002 4’ Drop Manhole 33 39 10 EA 1 $ 4377.83 $ 4377.83 15 3339.1003 4’ Extra Depth Manhole 33 39 10 VF 25.1 $ 195.76 $ 4,913.58 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $ 331,935.77 00 42 43 DAP - BID PROPOSAL Page 3 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP.xls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT III: DRAINAGE IMPROVEMENTS 1 3341.0205 24" RCP, Class III 33 41 10 LF 1763 $110.00 $193,930.00 2 3341.0201 21" RCP, Class III 33 41 10 LF 84 $ 67.49 $5,669.16 3 3349.0001 4' Storm Junction Box 33 49 10 EA 8 $ 4,360.62 $ 34,884.96 4 3349.5001 10' Curb Inlet 33 49 20 EA 7 $ 3,822.89 $26,760.23 5 3305.0109 Trench Safety 33 05 10 LF 1847 $ 0.50 $ 923.50 6 3125.0101 SWPPP ≥ 1 acre (Fixed Allowance) 31 25 00 LS 1 $ 6,663.13 $ 6,663.13 7 3349.2003 24" Parallel Headwall 33 49 40 EA 2 $ 5,002.70 $ 10,005.40 8 3137.0104 Medium Stone Riprap,dry 31 37 00 SY 35 $ 54.13 $ 1,894.55 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $ 280,730.93 00 42 43 DAP - BID PROPOSAL Page 4 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP.xls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 1 3123.0101 Unclassified Excavation by Plan (Fixed Allowance) 33 23 16 LS 1 $10,000.00 $10,000.00 2 3211.0400 Hydrated Lime 32 11 29 TN 206 $154.15 $31,754.9 3 3211.0501 6" Lime Treatment 32 11 29 SY 13721 $2.92 $40,065.32 4 3213.0101 6" Conc Pvmt 32 13 13 SY 12474 $32.45 $404,781.30 5 3213.0301 4" Conc Sidewalk 32 13 20 SF 32262 $5.41 $174,537.42 6 3213.0501 Barrier Free Ramp, Type R-1 31 13 20 EA 2 $500.00 $1,000.00 7 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 4 $1,485.33 $5,941.32 8 3213.0504 Barrier Free Ramp, Type M-2 32 13 20 EA 2 $ 1509.10 $3,018.2 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT IV: PAVING IMPROVEMENTS $ 671,098.46 00 42 43 DAP - BID PROPOSAL Page 5 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP.xls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT V: STREET LIGHTING IMPROVEMENTS 1 2605.0111 FURNISH/INSTALL ELEC SERV PEDESTAL 26 05 00 EA 15 $5,354.00 $80,310.00 2 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 1448 $9.50 $13,756.00 3 3441.1502 GROUND BOX TYPE B, W/APRON 34 41 10 EA 15 $435.57 $6,533.55 4 3441.1646 FURNISH/INSTALL TYPE 33B ARM* 34 41 20 EA 15 $654.33 $9,814.95 5 3441.3002 Rdwy Illum Assmbly TY 8,11,D-25, and D-30 34 41 20 EA 15 $1,500.00 $ 22,500.00 6 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 34 41 20 EA 15 $1,031.09 $ 15,466.35 7 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 34 41 30 EA 6 $416.98 $ 2,501.88 8 9 10 11 12 13 14 15 16 17 18 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $ 150,882.73 00 42 43 DAP - BID PROPOSAL Page 6 of 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP.xls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS $ 403,861.65 $ 331,935.77 $ 280,730.93 $ 671,098.46 $ 150,882.73 Total Construction Bid $ 1,838,509.54 This Bid is submitted by the entity named below: BIDDER: BY: Basil Azim Lancaster Realty Partners LLC 2005 Rock Dove Ct. TITLE: Development Director Westlake, Texas, 76262 DATE: Tel: 817-908-3613 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. working days after the date when the END OF SECTION 180 00 45 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP – PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the “Major Work Type” box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, Development, (8-inch diameter and smaller) Lancaster Realty Partners, LLC 4/30/26 Sewer Collection System, Development,( 8-inch diameter and smaller) Lancaster Realty Partners, LLC 4/30/26 Concrete Paving Construction/Reconstruction (15,000 square yards and greater) XIT PAVING AND CONSTRUCTION,INC. 5/17/26 Roadway and Pedestrian Lighting BEAN ELECTRICAL, INC. 3/24/27 Sanitary Sewer Manhole/Structure Interior Lining - Warren or Chesterton Coating MADERO Engineers & Constructors LLC 4/30/26 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: BY: Basil Azim Lancaster Realty Partners LLC (Signature) 2005 Rock Dove Ct. Westlake, Texas, 76262 Tel: 817-908-3613 TITLE: Development Director DATE: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT – DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP.docx Form Version September 1, 2015 00�5?fi-] CONTRACTOR CQMFLIAI+ICE WiTH WORKER'5 COMPENSATION LA1�' Page Y ui' 1 ? 3 4 5 b 7 8 9 10 li 12 13 1� 25 lb 17 l9 ?p 21 22 23 �q ?j 26 ?� ?g 29 3U 31 32 33 34 35 36 37 �iC 39 SECTION 00 4S 26 CONTRACTOR COMPLIANCE WZTH WORKER'S COMPENSATION LAW Pursua�t to 'F�xas Labor Code Section 406.496{a), as amende�, Contractor certifies that it provides worker's compensation insurance eoverage for all of its employees emplayed on Ciry �'roject No. 103890 Gontractor fi.�rtl�er certifes that, pursuant to Texas Labor Code, Section 4U6.O�b(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation cpvezage.. C4NTRACTOR: Lancaster Realtv Partners LLC CoEnpany 200� Rock Dove Ct. Address Westlake,Texas,76262 CitylStatelZip THE STATE QF 'I'EXAS CQUNTY OFTARRANT By: Basil Azim S ignature: ' ! Title: Develunment Dire tor § � BEFORE M�, the undersigned aut�arity, c�n this day personally appeared. Cr 1 �'7 iY1'� , l��a�otivn to me to bc thc perso� whose na�ne is su scribed ta the foregoing instrument, and acknowled�ed to me that he/she executed the same as the act and deed of far the purposes and consideration therein expressed and, in Ehe capacity, therein stated. GNEN UND�R MY HAND AND �EAL OF OFFICE this2��4'ay of �'�ahUo�ry .�.202� J ' f�laryam Alavi �My Commisslan Ezplres � * 111412029 Noldry Ip1352292i4 �� ��� Nata Pu�d for the State of Texas ry END OF SECTIOI�T Noble Hili Villa�e Addition Phasc 2 103890 OOi?Y�-I Dcvclnper.Awarded T'rajcctA,r�cmciu i'age I of =1 1 � 3 4 5 6 7 SECTION 00 52 43 AGREENILNT THI� AGREEMENT, auil�oeized on l� 1"2o��v is inade by and l�etween the Developer, Land Link Realty LLC, authorized to c�a business in Texas {"Developer"}, and Lancaster Realtv Par€ners LLC. authorized to do business in Texas, acting �y and throuah its duly authorized representatil�e, ("C:outractor"). S De��eloper and Cnntractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follor,vs: 10 Article �. W4RK ]. ] Contractor shall complete all Wor� as sp�ci#ied or indica€ed in Eite Contract Documents for the l2 Project identified herein. 13 ]4 f5 1 �5 17 IS i9 20 21 �? Articie 2. PROJECT The project for which the Work under the Contract Dc�cuinents ci�ay be the whole or auly a part is �enera[ly described as follows: W.ATEIZ, SEWER, D}�1INAGE, P�4VI_NG � STREET LIGHT IMPI�QYEM�'NTS TO SERVE .�;'OBLE H1'LL YILL�IGE ADDITION-PH2 Cit�� Pr�oiect IVv. 103�490 ArEicle 3. COl!'TRACT TiME 3.1 Time is of the essence. A[I time limits for Milestones, if any, and Final Acceptance as stated in the Contract Doc�ments are of the essencz to this Cai�traet. �3 3.2 Final Acce�tance. �4 The Worlc wil] be complete for �inal �.c.centance within !b'0 calendar days after the date 25 when the Contract Time comfnences to c-�n as provided in Para� aph 12.04 of thc Standard 26 City Conditions af tlze Canstruetion Cantract for De�eloper Awarcfed Projects. 27 3.3 Liquidated damages �g ?9 30 31 32 33 34 35 3b 3� 3R Gantractar recngnizes that tune is af ihe �sse�lce of this Agreci�ient and that Developer will suffer financia! loss if th� Work is not comp[eted within the ti�nes speci�ed in Paragraph 3.2 abave, ptus any exter�sinn thereor allowed in accardanc� witl� Article 10 oF the StarEdard City Conditioiis of the Eonstructiac� Con[ract for Developer Awarded Projects. `�'be C.antractor also recagnizes the deiays, expanse and difficulties involved in [3TDV1t1�T in a Eegal proceedin, the acttial loss suffered by the Developer if the Worl: is nut cornpleted on time. Accord�ngly, instead af requiring any such proof , Contractor agrees t�at as liquidated damages for d�lay (b�it not as a penalty), Cos�traetor s��all �ay Develaper Tl�ree H€sncired Fi#tv Dollars (�350) for each day that expires aftcr the time specit�ed in Paragraph 32 for Fii�al Acceptance until the City issues the Final Letter o1� Acceptance_ CITY QF FC3ft7' �'JQRTH WATLR, SEWE�i, PAVI\G, DRAINAGE & 53REET LICiFi F ST.4NDARD Cc)NSTRUCTf01� SPL-CIFIC.ATION �JOCCJtitENTS 1MPRC?V�Vf�VTS TO S�RVE 10BLE HILI. VIL�:AGE AQD1TiONS DE1'iLOPER :��VARD�D PROJCCTS I�ha.e 2 II)7R4[i Rrti iscd N3arcIi 20. �i126 UU�2-43-2 Dcveloper Au�ardcd Proj�c[ Agrccn�cat Page2ot4 39 Article 4. CONTRACT PR�CE �o f]eveloper a�rees to pay Contractor for performance of t}�e Work in accordance with thc Contract. �1 DacuEnents an amo�nt in current funds of One million eight hundred thirty-eight t�ousa�►d live h�ndred nine and 54/100 Doliar, ($ 1,838,509.54). 42 Article 5. COI�TTRACT DOCf�MENTS 43 >.3 CONTENTS: �4 A. 7'he Cantract Documents wh�ch cornprise the entire agreement between Developer anci �5 C�ntractor cancernix�� the Work consist of tt�e foflowing: 46 1. ThisAgreement. 47 ?. Attach3rtenFs to thisAgreemeni: 4R a. Bicf �onn (As provided Uy D�veloper} 49 i} Proposal Form (DAP Version) �U 2) Prequalificaiion Statement ?1 3) State ai�d Federal dacuine�its {project specific) �? b. Insura��ce AGORDForni(sj �3 c. PayEnent Bonct (DAF V�rsion} 5� d_ Perforrr►anc� Bond (DAP Versinn) 55 e. Maintenance Bond (DAP Version) 56 f. Power of Atcorney i'or the Bo�lds 57 g. W'orkea-'s CorespensationAifida�it 58 h. MI3E and/or SBE Coinmitme�t Fc�rin (Ifrequired} 59 3. Standard City General C`anditions of €he Construction Contract for D�veloper CO Awarcied Projects. 6 ] 4. 5upplementary Conditians. 6? 5. Specificarions specifically rr�ade a part of Che ConEract Docu3nents hy attachment 63 or, if nat at[acfied, as incorporated by reference and descr�bed in the Table of 64 Contents af the Pro�ect's Contract Docun�ents. 65 6f� 6. Drawir�gs. 7. Addenda. 67 6R b9 7(} 7l '] 7 73 74 75 $. Documentatipi� sub�nitt�d by Coa�tractor prior to Notice ofAward. 9. The following which may be delivered or issued after the Effeetive Date of the Aa eeinent ar�d, if issued, b�came ar incorporated part of the Contract Documents, a. Notice to Praceec€. b_ FieldOrders. c. Ghange Orders. d. I,e€ter ot FinaEAcceptance. CI'fY UFFORT WORTH WATEA, SEWER, PAVIVG, DRAI�AGC c� 5`fREE'C L.lCis=-1'f STAI`'DnIiD CQ^lSTRUCT']O'ti SPI:C3FIC.ATI{�1�I DOCiiMF.\"FS IMPROV�MEidTS i0 SERVL NOBLE EfILL VTLL.4Cs1"-. AE)DITI{)NS �F.�'rLOPFR :�EVARD�D PROJECT$ 102C,�9 Rcviscd March 20, �fl?0 �� i?�i-= De�eloper Aµ ardod Project Aarc�in�nt Pe�e _ o! $ 7b Article b. INDEMN�FICAT[ON 77 6.i Cantractor cavenants a�d agrees to indemnify, hold harmless and de%nd, at its own 7t3 eYpense, the city, its ofticers, sea-vants a�d employees, from and against a�ty and all 79 claims arising out gf, �r alleged to arise out ot, the work and services to be performed SD by the co�tractor, its ofticers, agents, employees, subcontractors, licenses or invitees 81 under this car�tract. �� 4 v t �'.� S S� This indemnity provision is inte�ded ta 'rncl�de, wit�aut �imitation, indemnit,y far 85 costs, expenses and Iegal €ees incurred by the city in defending xgainst such claims and 86 causes a# actions. R7 88 6.2 Contractar co��enants and agrees to in�emnify a�d hold harmiess, at 'rts oovn expense, 89 the city, its of�cers, servan#s and e�lp�oyees, fram and agai�€st any and all 1ps5, damage 90 or destruct�vn of property of the city, arising out af, csr alleged to arise out of, the work 9t and services to be performed b3 the eont�-actor, its ofticers, agents, employees, 92 subcontractors, tice�sees or invitees �ncler this contract. This indemnificatinn 93 9� f h t 95 n h 96 97 Article 7. MISCELLA'!�ClL�S 48 7.1 Tenns, 99 Terms �.ised in this Agreement are de�n�d in Article l of the Standard Ciry Concfitions of l0U zhe Construction Contract for De�eloper Awarded ProjecEs. l0I 7.2 Assignment of Contract. 1�2 ]03 ] 04 7.3 !0� l06 l07 lOR 7.� This Agreen�ent, includi�g ail of die Contract Dacun�ents may not be assigr►ed by the Contractor withaut tlae advanced �xpress �vri�ten cansent of thc Develoger. Successors and Assi�ns. DevelopLr and Contractor each binds irsel=, �ts �a�iers, suCcessars, assigns aEid le¢al representatives to ihe atUer party hereto, in respect To all cavenants, agr�ements and obligatians contained in the Coutract Docun�ents. Severability. 109 .Any provision or part of the Contract Documents held to be unionstitutional, void or 1 i0 unenforceable by a couri af competent juri�dictior� shall he dezmed stricken, and all 1 i I re�ainin� provisions shall continue to be valid and bindin� upon D�VELOPER and 1 t 2 CONTRACTOR. ll3 7.� ll4 I�� 1 ! fi Governing Law and Venue. This Agreeinent, includin� all of �te Contract Docurr3ents is performable in the State of Texas. Venue shali be Tarrant County, Texas, or the United States District Court fnr tl�►e Northern District of Texas, For� VVorth Division. CI�"Y OF FURT 14'Ol2TH WAT�R, SEWER, PA`'IN(i, pnA,l'`Alit & STFtI_F"i" LJcif i'i Sl�:1NDARD L'O'.�ISTRL`C'T30?� SPECiFICATlO1V DOCLLVI�\"�S IIv1PROV�'MEI�°TST(J SERVE N�O$I.I: HIF.L VILLACiE A�DITiti)E�IS DSVELOPER A1�'AItLiED PRdJECTS I U2fi59 Reviscd A7arch �0, ?02p p(iaZ�3-� Developer Awarded ['roj�ct Agree�nens Px�,r 3 af'-� li7 1L8 ][9 12D 121 !?2 l23 l24 l25 Authority to Sign Contractor shall aitach evidence �f autiini-ity to sign A� eement, if other tl�an duly authorized signatory of the ConNactor. fN WITNESS WNEREOF, De�eloper and Contractor have executed this Agreement in multiple. counterparts. This Agreement is effective as c�f the kast date signed by the Parties ("Effective Date"). Cantractor: Lancaster Realty Pariners LLC E3V: � � turej BASfL AZIM T��i�: �,�s�� �..� fZr,� . Co��zpa��y Name`�Lancasiei Realty I'artners, LLC. Address: 2405 Rock Dove Ct. City/State/Zip: Westlake,Texas,762b2 1�G`"1"Lb��v Date Developer: Land Link Realty, LLC , /�T � f ` ��."%�L'`, "!f��.- �',`_"_.. �v: _. (Signature) FA(tRUKH AZIM T�t��: '1�3Y�fl G1'�r' Cflr�ipany na.n�e: Land Link Realty, LLC Address: 2375 TROPHY CLUB DR., Ciiv/State/Zi[�: TR�PIdY CLUB, TBYAS.7b2b2 �-a�9- �o`�iQ �Ja2z 1?6 I 2 3 4 5 5 THE STATE O�' TEXAS COUNTY OF TARRANT OOG213-I PERFORMANC�BOND Pagel oi3 5ECTION 00 62 l3 Bond No. S7A2SUOOQ7429 PERFORMANCE BOND § � KNOW ALL BY THESE PRES�NTS: § 7 T'hat we, Lancaster Real� Pa�iness. �LC , known as 8 "Principal" herein and Arr�erican Altsrnative Insurance Corporatinn ,, a corporate 9 surety (sureties, if more than one) duly authorized to do business in the Scate of Texas, knawn as 1Q "Surety" hereir� (whether or�e or more), are heid and Frmly bou�d unto the Developer, 11 Land Link Rea[ty, LLC au#horized to do business in Texas ("Deveioper"} and the City of Fori Worth, a 12 Texas municipal cnrporation ("City"), in the penal sum of, One Miliion Eight-Hundred Thirty-Eight Thousand Fir+e Hundred Nine and 54110a Dollars ($ i,$38,509.54). 13 lawfui money of the United States, to be paid in Fart Worth, Tarrani Counry, Texas for the 14 payment of which sum weIl a�d truly to be made jointly urrto the Develo�er and the City as dual i5 obligees, we bind ourselves, aun c�irs, executars, adminis�ators, successars and assigns, jointly. i 6 and severally, firmfy �y these presen#s. I7 WHEREAS, De�eloper and Ciry have entered into an Agr�emcnt for the cons[ruction of t8 coxx►munity facilities in the City of Fori Wortl� by and through a Community Facilities 19 Agreement, CFA N�ttthet 25-��72 ;and 20 21 22 23 24 25 26 WHEREAS, the PrincipaI has entered into a certain written �ontract with the Developer awarded the 15th day of December . 20 26 , which Cantract is hereby referred to and made a par� hereof fnr al1 purposes as if Tully set forth herein, to fumisl� all materials, equ'spment labor and other accessories defined by law, in t�e prosscutior� of the Worlc„ ineludir�g any Change Orders, as pravidsd %r in said Contract desig�nated as W�4TER, SEWER, Pr1VING, DRAIN�IGE & STREET LIGHT IMRPVEDMENTS TD SERVE NOBLE fllLL VILLAG�' .�4D�ITIDN-PH2. NOW, THEREFORE, the condition of this obligatian is such that if the said Princigal 27 shall faithfully perfarm it ohligat�ons ur�der the Contt�acE and shall in all respects duly and 28 faithfully perform the Wor1c, including Change Ozders, under the Contract, according to the pians, 29 specificatians, and contract dacuments therein referred To, aud as well during any periad oi 30 extension of the Contrac# that may be granted on the part of the Developer and/or City, then this 3I ab�igation shall be a�nd become nuli and void, athe�rwis� ta remain in ful! force and effect. CETY �F FORT WORTf! WATER, SEWER, PAVING, DRAINAGE & STREE"CLIGHT IMRPOVEMEAIi'S STAI�fDARD C1TY COTdDET10N5 iMPROVEMEhiTS TO SPRVE �IOBLE i-11Li. VELF.AGE ADDfTfQTv-PH2 QEV�i,pPER AWARE]ED PR03ECT5 103$9U Raviscd Junuary ] l, 2012 0116_' 13 -' PI'sRH()12MAN('i� E�[3nl) iuL'c ? lsf j I � PROV[DED FURTHER, that if�any le�al action be fifed on this Band, veizue shall lic: in Tarrant County, Texas or the Uniied States District CourE tar tkte Northern District c�F`Texa;, l�ort �4 Wartit �ivision. � �1'his band is made and exeee�ted in cpmpliance with the pro�isitms at'Cl�a�ter 22�3 of'tl�c 5 Tcxas Ciovernment Code, �s amended, and all liabilitics on this bonc� shal] b4 �detern�incd in (� accordancc ��ith t�e �ro��isions c3f said statue, 7 IN WiTNES5 WNERF.OF, tl7c Princip�l and the Surety har�c 51GNEU and S�'AI..�D 8 tliis inslrumcnt by dufy a�thorixecf agents and affic�:rs c�n th�s thc 29th ciay af {) January , ?p 2fi . 14f 11 I� 13 l� l� 16 17 l� I �) 2U ?� �? �3 �� �1 ? C� ?� ?� ?y 30 +1 32 ;� ;-� 3� 3 C, �7 38 74� q{� 4] �2 �3 44 45 4 C, ATT�S7: {F'rincip�l� Secrctary� Witncss as to Princi�al PRi�C'[i'�11..: Lancaster Realty Partners, �.LC E3Y: ��' / / 5i�,naturc � �i�S I � U�� 1'-"-` , �}�rl���.e� ��.� � . �!•ame and '1'i[lr Address: 2Q05 Rock Dove Ct. CitylState'zip: Westleke, 7X 76262 SCJRf=TY: American Alt�:rnativ� Insu��Co�taoration �-� BY: L�1�__ l_"'l�� — y — _ S ignature - Russ Frenzel. Attornev-ir+-�ect Na�ne and Title - � �i./ Witncss as to urc y Yamiilec HiEe Address: 555 Ca! lege Raad East - R. i;. �ox, a2�# ". Princeton, NJ 08543 Tclephonc T�'umbcr: 16Q9) 243-4200 *Note: if 5igncd by an officer of the Surcry Company, there must be on �lc a ccrtificd �xtract �rom the by-law�s showing that this persc7n has aut�►oriry to si�n such obligation. If Surcry's physical address is different f'rom its mai��ng addre5s, both mus! be proti�idc c'I'I"Y UI� FORT WUR'3'�i WA'fEiii, SIiWi?R, P:�4'SNC'r. I}R�ly:1Cil�: 8c 57'klii:Tl.l{;If� IhiRP(7V[S'✓sl�.'��TS STANE7�RD CITY C'ONp17'10lS 141i'ROVE:�1k:�1TS'1'[) �L'k\'li �ic}81 I: I�I[.I. VlI,I.��f�ii ,�[]I�ITEO\-1'II'_' 13F1�°]il.�Pf:fi AWAlZllEiC� i'E2(1JI:C"i�S 11135�1u Rc��iscd l:�uary 31. LO1? QO 62 i 4- I YAYMENT BOND Aa�c f of 1 I SECTiON �0 62 14 2 PAYMEN'I' BOND Band No. S7A2SUOb07428 3 4 THE STATE OF TEXAS § 5 § KNOW AY.L BY THES� PRESENTS: 5 C4UNTY OF TARRANT § 7. 8. That we, Lancaster Realty Partners, LLC , known as 9. That we, American Altemative lnsurance Como�ation , known as corporate l0. surety (sureties), duly authorized to do business in the State of Texas, knowrr as "Surety" herein l l. (whether one or mpre), are held a�d firmly bound unto the City of Fort Worth, a municipal l2, co�aration created pursuant to the iaws pf the 5tate oFTexas, knorvn as "City" herein, in the 13. pCia�I 5UIxi O�One IlAlllfon Eight-Hundred Thitty-EightThousaad Five Hundred Nine and 541100 Dollars ,($ 1,83$,S09.S4), lawful money of th� United States, ro he paid in Fort Worth, i4. Tarrant County, Texas, for ih:, payment af which sum well and cntty be made, we bind ourselves, 1S. our heirs, executors, adm�nistrata�s, successors and assigns, jointEy and severally, firmiy by these [6. presenEs: �7. WHER�AS, Principal t�as antered into a certain written Con#ract with City, awarded the lg. 15th ��y o�' Decerrtber , 2p26 , which ConEract is hereby referred to and 19, rr�ade a part hereof far all purpases as if fully set for�h herein, to furnish ali zt�aterials, equipmeni, 20. labar arzd other accessories as defined by �aw, in the prose�ution af the Work as provided for in 21. said Contract and desi�ated as WATER, SEWER, P.� YIN+G, DRAINAGE & STREET LIGH7" 22. lMRPVEOMEIVTS TO SERYE NOBLE HILL VILLAGE ADDITI'ON-PHl, City Projecl N�rmher !03$9�1. 23. NOW, THEREFORE, THE COND1T10N OF THlS OBLiGATiON is such that ii 24. Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25. Chapter 22�3 af the Texas Government Coc�e, as amended) in the prosecutian of the Work un�er 26. ihe Contract, then this obligation shall be �nd become null and void; otherwis� to rernain in iui] 27. force and effect. 28. This bond is made and executed sn compliance with the provisions of Chapter 2253 of the 29. Texas Govemment Cocfe, as amended, and all liabilities on this bond shall be determined in 34. accordance with the provisions af said statute. CITY OF FOR7' �YORTii WATER, SEWER, PAVII�IG, DRA[NAGE & S7REETLIGF{T TMRPOVEMENTS STArIDARD CIN CONbITlQ1�i5 TMPRdVEMENTS TO SERVE NOSLE H[i.L VILLAGE AQDIiIOtJ-PH2 DEV�LOP�R AWARDED PRQ7�C"f5 it33890 Rcvised January 31, 2U 12 U(1 h_' i � � 1 E'.41'�iT:NT l3C3�I) P:sLC I c+( 7 lN WiTNESS WHEREOF, the Fr�ncipal and Surety havic each S]GN�:D and SE�ILED 1�115 lfkti[fU3Tl�ilt f3y CIUIy atEtI30f1ZL'd ii}�'CI1I5 i2�lC{ OI�C�fS O!� lI]1S CI1L' 29th day c�l� January , 70 26 . PRi1�Cf�'AL: Lancaster Realty Pattners, LLC ATTES'T-: f 1'rinriPal) 5ecretuiy `Viti3c;ss as ta Principal AT`!'EST: NlA (Suret��) SecreEary �Y��. Witn�ss as to S rc � Yamillec Hite �31': � � 5igrsaturc � ��"S f L (��[ w. � �Lc,v�� S. � iVame and �'itle Adc3ress: 2005 Rock Dove Ct. Westlake, TX 76262 SUR�TY: American Alternative Insurance Co�oration _ _ .� ,/� � BY: � J - -�'L�' • � ��� _ . _ - Signature ` _ _ - . Russ Frenzel. Atiornev-in-Fact � Y Narnc and Titl� A[idri55: �55 Colkeoe Raad East - P.O. Box 52�}1 Princeton, NJ Q8543 7cicphanc Number: (fi�9} 243�200 �ate: !f signed by an officer of the Surety, there snust be on tife a certified extract frc�rr� �he address is differcnt frarn its mailing address, bc�th must be providec�. "Cl�e datc of �he bon�! shall nnt be priar �01he date thc Cat�iracr is awarded. �c,d`�. END OF SECT'IQN CI'I'Y QF 1'pR'I' lVUft"�'! I ' WATIiR. SF.WI:Ei, 1'A�'11iG, DI2A]NAGIi � STRi�FiTl.[Gli7 [1�iftf'c)V13MEN"("5 S7'A�+Ib:1RD C'17`1'" CCi�'`'iii I iU::.� 1�31'RU�`l:MENTS'I'C} tiLRVE{ NOBl.ii HILI. 4'Il.l.r\tili a�Dbl'I'IO\-I'EI? DF.VI:I.Uf'F.R AWARI]�?t)1'1{UJ1iCTS IfY349(1 Kcvi��d �anuary 31, ?.il l? 006219-i MAINTL•NANCG BOND Page I of 3 Bond No. S7A2SU0007429 1. SECTION 00 62 19 2. MAINTENANCE BOND 3. 4. THE STATE OF TEXAS § 5. § KNOW ALL BY THESE PRESEIYTS: 6. COUNTY OF TARRANT § 7. That we Lancaster Realry Partners, LLC , known as 8. "Prrncipal " herein and American Alternative Insurance Corporation , a corporate sa�rety 9. (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10. "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Land Link Realty, LLC, authorized to do business in Texas ("Developer") and the City of Fort 1 i. Worth, a Texas municipal corporation ("City"), in the sum Of 12. One Miflion Eiaht Hundred Thirtv-Eiaht Thousand Five Hundred Nine and 54/100 Dollars ($1,838,509.54) 13. lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 14' of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 15. their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 16. jointly and severally, firmly by these presents. 17. 18. WHEREAS, Developer and City have entered into an Agreement for the construction of 19. comrnunity facilities in the Ciry of Fort Worth by and through a Community Facilities 20. Agreement, CFA Number 25-0172 ; and 21. WHEREAS, the Principal has entered into a certain written contract with the Developer 22. awarded the 15th day of December , 20 26 , which Contract is 23. hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 24. materials, equipment labor and other accessories as defined by law, in the prosecution of the 25. Work, including any Work resulting from a duly authorized Change Order (collectivety herein, 26. the "Work"} as provided for in said Contract and designated as WATER, SEWER, PAVING, DR4INAGE & STREET LIGHT IMPRO �EMENTS TO SERVE NOBLE HILL YILLAGE ADDITION PHASE 2; and 27. 28. WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29. accordance with the plans, specifications and Contract Documents that the Work is and will 30. remain free from defects in materials or workmanship for and during the period of two (2) years 31. after the date of Final Acceptance of the Work by the City ("Maintenance Period"); an CITY OF FORT WORTH STANDARDCITY CONDITIONS — DEVELOPER AWARDED PROIECTS Revised: January 10, 2013 OQ6219-2 MAINTENANCE BOND Page 2 of 3 ]. WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2. upon receiving notice from the Developer and/or City of the need thereof at any time within the 3. Maintenance Period. 5. NOW THEREFORE, the condition of this obligation is such that if Principat shall 6. remedy any defective Work, for which timely notice was provided by Developer or City, to a 7. compietion satisfactory to the City, then this obligation shall become null and void; otherwise to 8. remain in full force and effect. 9. 10. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 1 I. noticed defective Work, it is agreed that the Developer or City may cause any and all such 12. defective Work to be repaired and/or reconstructed with all associated costs thereof being bome i 3. by the Principal and the Surety under this Maintenance Bond; and 14. 15. PROVIDED FURTHER, that if any legai action be filed on this Bond, venue shall lie in 16. Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17. Worth Division; and 18. 19. PROVIDED FURTHER, that this obligation shall be continuous in nature and 20. successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD Cl"fY CONDITIONS — DEVELOPER AW ARDED PROJECTS Revised: January 10, 2013 UUh_' I�>-_' �t:11\ I 1..1:�\C'i�. li( )\I ) I'aer + ut ; I. tti �'��ITtiESti WIiFREOF. the Principal ancl the Suret� hav� �,�ch SIGNEU ancl SE�'1Ll:f) this instrument h� �3ui� �. authoriz�cl a�.;�nts and �>�ticcr; ��n tliis th� 29th da� of� ;. JanuarY ___ _ _. ?U 26 -t. PRIVCII'AI.: Lanca r Realty Partners LLC ;, �� �� � � G. 1 : � Si��naturc �. ��r�rr:sr: ` fi . �� �.sJ I�, � � 2— / n'1 r MA �� `�� `�. (Principal) Secrctar� Name and ��itle 1O. 1 �• Address: 2005 Rock Dove Ct. � �'. Westlake, TX 76262 I i. I-1. Vv'itness as to Principal-- -- — � �- Sl `Rl:"1'Y: 16. American Alternative Insurance Corporation 17. � IS. �. --_._ �__/,__ 19. (3 Y :,.�• � r_----�-'t — �'�• Signaturr ?l. ?'_. Russ Frenzel, Attorney-in-Fact �3. A7"!�(�S'f: tiam� an�1 I itle ?-1. ?j. N/A _ �lciclr�sti: 555 College Road East- P O Box 524� �6. ($ur�[y) Secrelar� Pnnceton, NJ 08543 ;� �..G - --- -_ _ �9. Witne �•� w`i'rct� va�;,:�e,:r,��� I cl�phone Numher: (609) 243�1200 ;0. 31. *Notk: If si�ned hv an ��f�licer c�fthe Suret� Com��an��, thcre must he on lile a ccrtiliec! cxtract 3?. from the b��la��s showin�� that this persun has authorit� t�� si��n ,u�h ol�li��ation. it� ;;. Strc�tv's �h�;ical uddres; is dif�t�r�nt f'rom it: nr<iilin�� aeidress: hoth mu;t h� pro��ided. .; -� . 3�. "l he date oi�thc bund shall not hc pric�r to the datc the Cc�ntract is a��ar�fe�1. CI�fY Of fl )tt I� W�ORTI I ti1:11U:1k1)C'If1'CO!�UI'llO11 UI\l:.IciPfk,11�.\RUI[UPk(t11�:('Iti Kc� �scd. J:�nuun 10. '_U I± CERTIFIED COPY POWER OF ATTORNEY KNOW ALL MEN BY TMESE PRESENTS: That the AMERICAN ALTERNATIVE INSURANCE CORPORATION, a corporation orgartized and existing by viAue of the laws of the State of Delaware ('Coryoration') with oKces at 555 Collega Road East, Princeton, N.J. 08543, has made, constituted and appointed, and by these D�esents, does make, constitute and appoint: Russ Frenzel; WIIOam D. Baldwin; Brent Batdwin; Mlehael B. Hili; John A. Aboumrad; Brxk Anglf�; Cindy Alford; Yamtllec Hite and Nelra Hemandez its true and law►ul Attomeys-in-Fact, at Princeion, in the State of New Jersey, each of them alone to have full power to act withoui the other or others, lo make, execute and deliver on its behalf, as Surery or Co-surety, bonds and undertakirtgs given [or any and all purposes, afso to execute and deliver on its behalf as atoresaid renewals, extensions, agreements, waivers, consents or slipulations relating to such bands or ursderiakings provided, however, that no single bond or undertaking so made, execuled and delivered shall obligate said Company for any port�on of the penal sum thereof in 2xcess oi the sum of One Hundred Fikq MillEon Dollars f5150,000,000 00�. Such bonds and undertakings fw said purposes, when dufy executed by said Attomey(s}-in-Fact, sha11 be binding upon said Company as rully and to the same extent as i�signed by the President of said Company under its corporate seal atlested by its Secretary. This appointment is made under and by authority of a certain Resotu6on adopted at a meeGng ot the Boartl o( Directors of said Company duly held on Ihe 27th day of August, 1975, a copy of which appears helow. IN WITNESS WHEREOF, the AMERlCAN ALTERNATIVE INSURANCE CORPORATION has taused its corporate seal to be hereunto affixed, and these presenls W be signed by its duly authorizeC offrcers this 9th day ol January, 2026. `,�\\NNtt��lll)fyy� =��� 0'�a�%E.��� ��• ot �i•. ►S�' i�..: �' s„7• t923.•�t,s= %.;�OFDEIP�N:�� ��uumiu��� �r.nr. Calhy Smith President STATE OF NEW JERSEY, COUNTY OF MIDDIESEX Ignacio Rivera General Counsel & Seixetary The faregoing instrument was acknowiedged before me by means of online notarization this 9Ih day of January, 2026, by Cathy Smith and Ignaao Rivera, who are personaAy known to me. BETH COHAN-CHih Natary Stemp Commission N2209356 h� Notary Pubtic, State of New Jersey My Commission Expires February 2, 202R SECRETARY'S CERTIFICATE Thc undeni�,med, ignacia Rivcru, hereby ccrtifies: Beth Cohan-C�rn Beth Cohan-Chin, Notary Public State of New Jersey My Commission Expires February 2, 2028 1. Tliat the undcrsi�med is Sct�retary of Amcrican Altem:iuvn In:urancc C�<xpor�tion, a coqx�ratiun of the State of Delawarc: 2. That the origin�l power of attorney of a�hich the toregoing is a copy was duly executed on bchulfof suid Corporation on the day of its date, aud lixs not since been rceoked, amrnded or modifitd: that the undersigned has compared thr foregoing copy thereof ���ith said original power of attumey, and that the s:�me is a truc and corrrct copy of saiJ origina! fwwcr ofattomay and of thc wholc thercoC 3. Tliat thc original resulution ufwhich thc follu�ving is a copy was duty adoptzd at, and recorded in Il�e minutcs ol: a rogular mecting of'the B�rd uf Direetors of said Corpuration duly held on August 4, 1998, and has not since been rcvoked, amcndcd or nzodiftcd. RESOLVED, that each of the following ofTicers of this Corporation, namely, the President, the Executive Vice President, the Senior Vice Presidents, and t6e Vice Presidents, be, and t6ey hereby are, authorued, finm time to time in thcir discretion, to ap}win! such agen� or agen�c or attomey or a�tomcys-in-fact as dccmcd by them ncccssary or dcsirablc for thc purposc oPcarrying on this Corporation's busincss, and to cmpowcr such agcnt or agents or nttomey or attomeys-in-fact to execute and deliver, in this Corporation's name anel on its behalf, and under its seat or othenvise, surety bonds, surcty underlakings or surery contrdc[s made by this Corporation as surety thercon. RGSOLVED, that the signawre oCany authorized oCficer of the Corporation and the Corporation's seat may be a(Tixed by facsimilc lu any power of altomey and rcvocation of any powcr of attomcy or ccrtificatc of cithcr givcn for thc cxcculion of any surcty bond suroty undcrtaking, or surcty contract, such signature and seal, when so used being hereby adopted by the Corpo�ation as ihe original signaturc of such off'scer and thc original sea! of the Corporation, to be valid and binding upon the Corporntion with die samc force nnd efi'ect as though manually a�xed. FURTHER RESOLVED, that any priorappointrr�ents by the Corporation of MGAs are, in all mspects, hereby ratified, confirmed and approved. F[JRTHER RESOLVED, that the Secretary or any Assistant Secretary of this Coiporntion is hereby authorized to certify and deliver to any person to whom such certification and delivery may be deemed necessary and desirable in the opinion of such Secretary or Assis�ant Secretary, a true copy of the foregoing resolution. 4. The undersisned has compared the Coregoing copie, of said origin:�l resolueions as so rccorded, and thzy arc the same we and corrcet copies of'said original rcsolutions as so recorded and of the whole thereof. Witncss the hand otthe undcrsigned and thc s>aV �fsaid C�n puration this 29�hday of �anuary 2026 .�,'°pj"pjEfN���.,y �' : - �. - � A�tERICAV ALTCR\ATIVE INSURA\CE CORPORe+1TION i_8�v�;`opPORqlF��s � .... — - -�-- _ ` `.. .. y ` _ _ _ _ .. . _ . '�c `�_ - - - ' ' - - - Ignacio Ri��cra ;�•. SEAL : � � - - - . _ _ .. - ; ' �g� ,� � • ..�, - _ _ _ = Gcncral Counscl & Sccrcr.uy °°'}IIfOFDE1p'Np�a� � - - _ �'4p,�munm�o` J i ` . _ - � - Attest: -�.,.,., a..:,.,,,,�.,.. TRS-1 Q01-1 — o .� . , Mur��ch RE s Bond Verification Should you wish to verify the authenticity of this bond, please send your request, including a copy of the bond, via email to: essuretyuwsupport�munichre.com Bond Claims or Notices. Should you wish to file any notices to the Surety for this American Alternative Insurance Corporation bond(s) they should be sent via email, including all pertinent correspondence or information to: p0060014688 � m u n i c h re. co m or Mail to: Munich Re Specialty Insurance 330 Madison Avenue, 12th Floor New York, NY 10017 Attn: Surety Bond Claims 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 4 Standard City Conditions of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: None b. Each Occurrence: : None 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right- of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 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 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean- up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 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 Page 32 of 35 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 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 Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 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 Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 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 Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Developer Awarded Projects Revised August 30, 2013 WATER, SERWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Developer Awarded Projects Revised August 30, 2013 WATER, SERWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Developer Awarded Projects Revised August 30, 2013 WATER, SERWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Developer Awarded Projects Revised August 30, 2013 WATER, SERWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 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 b. other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Developer Awarded Projects Revised August 30, 2013 WATER, SERWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Developer Awarded Projects Revised August 30, 2013 WATER, SERWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval. b. Request is not made in accordance with this Specification Section c. In the Developer’s opinion, acceptance will require substantial revision of the original design. d. In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications, if necessary, making such changes as may be required for Work to be complete in all respects. 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION REVISION LOG DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Developer Awarded Projects Revised August 30, 2013 WATER, SERWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SERWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SERWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SERWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SERWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SERWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 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) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 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] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 1 SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 – General Requirements 23 3. Section 33 12 25 – Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31 High Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 b. All work performed in the TxDOT right-of-way shall be performed in 2 compliance with and subject to approval from the Texas Department of 3 Transportation 4 B. Work near High Voltage Lines 5 1. Regulatory Requirements 6 a. All Work near High Voltage Lines (more than 600 volts measured between 7 conductors or between a conductor and the ground) shall be in accordance with 8 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 9 2. Warning sign 10 a. Provide sign of sufficient size meeting all OSHA requirements. 11 3. Equipment operating within 10 feet of high voltage lines will require the following 12 safety features 13 a. Insulating cage-type of guard about the boom or arm 14 b. Insulator links on the lift hook connections for back hoes or dippers 15 c. Equipment must meet the safety requirements as set forth by OSHA and the 16 safety requirements of the owner of the high voltage lines 17 4. Work within 6 feet of high voltage electric lines 18 a. Notification shall be given to: 19 1) The power company (example: ONCOR) 20 a) Maintain an accurate log of all such calls to power company and record 21 action taken in each case. 22 b. Coordination with power company 23 1) After notification coordinate with the power company to: 24 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 25 lower the lines 26 c. No personnel may work within 6 feet of a high voltage line before the above 27 requirements have been met. 28 C. Confined Space Entry Program 29 1. Provide and follow approved Confined Space Entry Program in accordance with 30 OSHA requirements. 31 2. Confined Spaces include: 32 a. Manholes 33 b. All other confined spaces in accordance with OSHA’s Permit Required for 34 Confined Spaces 35 D. Use of Explosives, Drop Weight, Etc. 36 1. When Contract Documents permit on the project the following will apply: 37 a. Public Notification 38 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 39 prior to commencing. 40 2) Minimum 24 hour public notification in accordance with Section 01 31 13 41 E. Water Department Coordination 42 1. During the construction of this project, it will be necessary to deactivate, for a 43 period of time, existing lines. The Contractor shall be required to coordinate with 44 the Water Department to determine the best times for deactivating and activating 45 those lines. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City’s representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor’s letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor’s foreman and phone number 29 f) Name of the City’s inspector and phone number 30 g) City’s after-hours phone number 31 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor’s letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 3) Date of the interruption of service 2 4) Period the interruption will take place 3 5) Name of the contractor’s foreman and phone number 4 6) Name of the City’s inspector and phone number 5 c. A sample of the temporary water service interruption notification is attached as 6 Exhibit B. 7 d. Deliver a copy of the temporary interruption notification to the City inspector 8 for review prior to being distributed. 9 e. No interruption of water service can occur until the flyer has been delivered to 10 all affected residents and businesses. 11 f. Electronic versions of the sample flyers can be obtained from the Project 12 Construction Inspector. 13 H. Coordination with United States Army Corps of Engineers (USACE) 14 1. At locations in the Project where construction activities occur in areas where 15 USACE permits are required, meet all requirements set forth in each designated 16 permit. 17 I. Coordination within Railroad Permit Areas 18 1. At locations in the project where construction activities occur in areas where 19 railroad permits are required, meet all requirements set forth in each designated 20 railroad permit. This includes, but is not limited to, provisions for: 21 a. Flagmen 22 b. Inspectors 23 c. Safety training 24 d. Additional insurance 25 e. Insurance certificates 26 f. Other employees required to protect the right-of-way and property of the 27 Railroad Company from damage arising out of and/or from the construction of 28 the project. Proper utility clearance procedures shall be used in accordance 29 with the permit guidelines. 30 2. Obtain any supplemental information needed to comply with the railroad’s 31 requirements. 32 J. Dust Control 33 1. Use acceptable measures to control dust at the Site. 34 a. If water is used to control dust, capture and properly dispose of waste water. 35 b. If wet saw cutting is performed, capture and properly dispose of slurry. 36 K. Employee Parking 37 1. Provide parking for employees at locations approved by the City. 38 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 39 Construction Specification [if required for the project] 40 1. Comply with equipment, operational, reporting and enforcement requirements set 41 forth in NCTCOG’s Clean Construction Specification.} CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 1 2 3 4 5 6 Date: 7 EXHIBIT A (To be printed on Contractor’s Letterhead) 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 1 EXHIBIT B 2 3 4 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 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. 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 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 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 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 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 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 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. 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 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. 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 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 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. WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 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 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 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. WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30y 1, 2011 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. C. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 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] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 71 23 - 1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 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 GC. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 71 23 - 3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (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] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 74 23 - 1 DAP CLEANING Page 1 of 4 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 74 23 - 2 DAP CLEANING Page 2 of 4 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 non degradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGH IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 74 23 - 3 DAP CLEANING Page 3 of 4 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] 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 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 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 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 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITIONPH-2 103890 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 2.4 SOURCE QUALITY CONTROL [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". 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITIONPH-2 103890 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 WATER, SEWER, PAVING, DRAINAGE & STREETLIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITIONPH-2 103890 32 13 13 -4 CONCRETE PAVING Page 4 of 22 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 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WATER, SEWER, PAVING, DRAINAGE, & STREET LIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 103890 GC-4.02 Subsurface and Physical (see Geotech Report) THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WATER, SEWER, PAVING, DRAINAGE, & STREET LIGHT IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITION-PH2 10389 2712 Satsuma Drive, Suite 400 ⧫ Dallas, Texas 75229 ⧫ 972.488.3500 (P) ⧫ e-mail: geti@sbcglobal.net GEOTECHNICAL INVESTIGATION Proposed "Residential Development" West of Bridgewood Drive & Mandy Lane Fort Worth, Texas Project No. 23-DG3792 Prepared for: LAND LINK REALTY, LLC South Lake, Texas Prepared by: GEOSCIENCE ENGINEERS, LLC Dallas, Texas August 2023 � � '� ��GeoScience � Project No. 23-DG3792 August 4, 2023 LAND LINK REALTY, LLC 151 Players Circle # 200 Southlake. Texas 76092 Geotechnical Investigation Proposed "Residential Development" West of Bridgewood Drive & Mandy Lane Fort Worth, Texas Geoscience Engineers, LLC. is pleased to submit this geotechnical investigation for the above referenced project located in Fort Worth, Texas. This report briefly describes the procedures employed in our subsurface exploration and presents the results of our investigation. Our Construction Materials Testing Division can provide the materials testing services that will be required during the construction phase of this project. We will be pleased to discuss the scope of work and submit a proposal for these services upon request. We appreciate the opportunity to be of assistance on this project. Please feel free to contact us if you have any questions or if we can be of further service. Respectfully, Geoscience Engineers, LLC. Firm Reg # F-11285 ,.,,,�.�, �`�u�oaa•v�!���i �: , Alireza Noorzadi ,:;•o<�°`� `' M.. o,°�•;,, `,� Project Manager � .' ° ��" `: �\' •�� `� -� ��—�_ ' - /'rj,�•�1•p,e�a°�'��� s/ -- � J J • • r� 6'. ��q . . f �Y� C �`�QO�tlOqm►: �l�, �� 1 �a � . CJ� �` � � �`�ae.�3 � ,�,;. Syed S. AfsarVP.E. , �,�9.�E .�, � > ��,` Project Engineer � � ��� � ,� o �;;'. '?' � �r,i= .:`::`; i_•���. . • �°f . 2712 Satsuma Drive, Suite 400 ♦ Dallas, Texas 75229 ♦ 972.488.3500 (P) ♦ e-mail: getiC�sbcglobal.net Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. CONTENTS INTRODUCTION ....................................................................................................................................... 2 Project Description ............................................................................................................................. 2 Site Description ................................................................................................................................... 2 Purposes and Scope of Work ............................................................................................................ 2 Report Format ..................................................................................................................................... 2 FIELD INVESTIGATION ............................................................................................................................. 2 LABORATORY TESTING ........................................................................................................................... 3 Review ................................................................................................................................................. 3 GENERAL SUBSURFACE CONDITIONS ................................................................................................... 4 Stratigraphy ............................................................................................................................................ 4 Subsurface Water Conditions ........................................................................................................... 5 ANALYSIS AND RECOMMENDATIONS .................................................................................................. 6 Construction Consultation and Monitoring ..................................................................................... 6 Soil Movement .................................................................................................................................... 6 FOUNDATION RECOMMENDATION ...................................................................................................... 9 Slab-On-Grade Type Foundation ..................................................................................................... 9 Building Pad Preparation................................................................................................................. 13 PAVEMENT RECOMMENDATION ......................................................................................................... 14 RETAINING WALL RECOMMENDATIONS............................................................................................. 15 Select Fill ............................................................................................................................................ 18 Flex Base ............................................................................................................................................ 18 LANDSCAPING...................................................................................................................................... 18 SITE GRADING and DRAINAGE ........................................................................................................... 19 CLOSURE ............................................................................................................................................... 20 ILLUSTRATIONS ....................................................................................................................................... 21 ............................................................................................................................................................... 22 BORING LOCATION PLAN .................................................................................................................... 22 BORING LOGS ....................................................................................................................................... 22 SUMMARY OF FREE SWELL TESTS .......................................................................................................... 23 SITE GEOLOGY ...................................................................................................................................... 24 PVR ZONE MAP ..................................................................................................................................... 25 MINIMUM/MAXIMUM CUT/FILL DATA PER LOT .................................................................................. 26 Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. INTRODUCTION Project Description This report presents the results of the geotechnical investigation performed at the site of the referenced project located in Fort Worth, Texas. Based on the information provided, phase 2 of Noble Hill Village Addition consisting of a residential development with associated streets is proposed for construction at this site. Information regarding structural loads was not available at the time of this investigation; however, we anticipate the loads will be light. It is expected that the finished floor elevation of the proposed structure will be above surrounding ground surface. Site Description The site of the referenced project is located at the western quadrant from Bridgewood Drive and Mandy Lane intersection in the city of Fort Worth, Texas. At the time of this investigation the site was undeveloped land covered with vegetation and trees; however, paths were made by clearing the vegetation and tress for the drilling operation. The general location and orientation of the site is shown in the Illustrations section of this report. Purposes and Scope of Work The principal purposes of this investigation were to evaluate the general soil conditions at the referenced site and develop recommendations for the design and construction of the proposed residential building. The principal purposes of this investigation were: 1). Developing subsurface soil and rock stratigraphy at boring locations; 2). Evaluating soil swell potential and alternatives to reduce the soil movement; 3). Providing recommendations for foundation design parameters; 4(. Providing pavement recommendations; and 4). Providing site preparation recommendations. Report Format The first sections of this report describe the field and laboratory phases of the study. The remaining sections present our engineering analyses and geotechnical parameters for the type of foundation system proposed for use at this site. Boring logs and laboratory test results are presented in the Illustrations section of this report. FIELD INVESTIGATION The field investigation of this study involved drilling and sampling a total of nineteen (19) test borings drilled to a depths of 15 to 20 feet below ground surface in area accessible to the drill rig. Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. The approximate locations of the borings are shown on the Boring Location Plan Plate A. Logs of the borings with descriptions of the soils sampled are presented on Plates 1 to 19. The soil strata boundaries shown on the boring logs are approximate. The borings were advanced using continuous flight auger techniques. Undisturbed surface cohesive soil samples were obtained using a 3-inch diameter thin-walled tube sampler pushed into the soil. The un-drained compressive strength of cohesive soils was estimated in the field using a calibrated pocket penetrometer. To evaluate the relative density and consistency of harder formations, Texas Department of Transportation Cone Penetrometer tests were performed at selected locations. The actual test consists of driving a three-inch diameter cone with a 170-pound hammer freely falling 24 inches. In relatively soft materials, the penetrometer cone is driven one foot and the number of blows required for each six-inch penetration is tabulated at respective test depths, as blows per six inches on the boring logs. In hard materials, the penetrometer cone is driven with the resulting penetrations, in inches, accurately recorded for the first and second 50 blows for a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. All soil samples were extruded from the samplers in the field, visually classified and wrapped in plastic bags to prevent loss of moisture or disturbance during transfer to the laboratory. The borings were drilled using dry auger procedures to observe water level at the time of the exploration. Water level observations are recorded on the boring logs. LABORATORY TESTING Engineering properties of the foundation soils were evaluated in the laboratory by tests performed on representative soil samples. A series of moisture content was performed to develop soil moisture profiles and to aid in evaluating the uniformity of soil conditions at this location. Liquid and Plastic limit tests (Atterberg limits), were performed on selected soil samples to confirm visual classification and evaluate soil volume change potentials. All tests were performed using ASTM procedures by experienced technicians working under the direction of an engineer. Review Descriptions of strata made in the field were modified in accordance with laboratory tests results and visual examination in the laboratory. All recovered soil samples were examined, classified and described in accordance with ASTM D 2487, ASTM D 2488 and Unified Soil Classification procedures. Classifications of the soils and finalized descriptions of soil strata are shown on the attached boring logs. Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. GENERAL SUBSURFACE CONDITIONS Stratigraphy Based on our interpretation of the borings drilled for this investigation, the subsurface stratigraphy encountered at the location of test borings are: In test boring B-1 brown and tan SANDY CLAY/CLAY (CL/CH) soils with limestone fragments were encountered from existing ground surface elevation and remained visible to a depth of 7 feet. In test boring B-2 brown and tan SANDY CLAY/CLAY (CL/CH) soils with limestone fragments were encountered from existing ground surface elevation and remained visible to a depth of 3 feet, below which, tan calcareous clay (CH) soils with limestone fragments and occasional shaly clay seams were encountered and remained visible to a depth of 9 feet. In test borings B-3, and B-6 to B-8, tan and brown CLAY (CH) soils with limestone fragments were encountered from existing ground surface elevation and remained visible to a depth of 7 to 9 feet. In test borings B-4 and B-5, tan and brown SANDY CLAY/CLAY (CL/CH) soils with limestone fragments were encountered from existing ground surface elevation and remained visible to a depth of 9 feet. In test boring B-9, brown to brown and tan CLAY (CH) soils with limestone fragments were encountered from existing ground surface elevation and remained visible to a depth of 4 feet, below which, tan CALCAREOUS CLAY (CL) soils with limestone fragmen ts were encountered and remained visible to a depth of 8 feet. In test boring B-10, brown followed by brown and tan SANDY CLAY (CL) soils with limestone fragments were encountered from existing ground surface elevation and remained visible to a depth of 7 feet. In test boring B-11, brown and tan SANDY CLAY (CL) soils with limestone fragments were encountered from existing ground surface elevation and remained visible to a depth of 4 feet, below which, tan CALCAREOUS CLAY (CL) soils with limestone fragments were encountered and remained visible to a depth of 8 feet. In test boring B-12, tannish brown SANDY CLAY (CL) soils with calcareous nodules were encountered from existing ground surface elevation and remained visible to a d epth of 3 feet, below which, tan CALCAREOUS CLAY (CL) soils with limestone fragments were encountered and remained visible to a depth of 5 feet. Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. In test boring B-13, gray CLAY (CH) soils were encountered from existing ground surface elevation and remained visible to a depth of 5 feet. In test boring B-14, dark brown, gray CLAY (CH) soils were encountered from existing ground surface elevation and remained visible to a depth of 4 feet, below which, tan CALCAREOUS CLAY (CL) soils with limestone fragments were encountered and remained visible to a depth of 8 feet. In test borings B-15 and B-16, dark brown, gray to brown CLAY (CH) soils were encountered from existing ground surface elevation and remained visible to a depth of 3 to 4 feet. In test boring B-17, tannish brown, brown CLAY (CH) soils were encountered from existing ground surface elevation and remained visible to a depth of 1.5 feet, below which, tan CALCAREOUS CLAY (CL) soils with shaly clay seams were encountered and remained visible to a depth of 4 feet. From existing ground surface elevation in test borings B-18 and B-19, and at a depth of 3 to 9 feet in the remaining test borings drilled, tan weathered LIMESTONE was encountered and remained visible to the completion depth of test borings B-1, B-2, B-9, B-10, and B-12 and to a depth of 7 to 18 feet in the remaining test borings drilled, below which, gray SHALY LIMESTONE/LIMESTONE was encountered and remained visible to the completion depths. Detailed descriptions of the subsurface stratigraphy encountered at the locations of the test borings drilled for this study are included in the Illustrations section of this report. Subsurface Water Conditions The boring was advanced using auger drilling method in order to observe groundwater seepage levels. No groundwater seepage was encountered in the test boring drilled at the time of this investigation; however, the samples retrieved had high moisture content. It should be noted that future construction activities may alter the surface and subsurface drainage characteristics of the site. Therefore, the depth to groundwater should be verified during construction. If there is a noticeable change in the conditions reported herein, this office should be notified immediately to review the effect that it may have on the design recommendations. Based upon short-term observations, it is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur. It should be noted that the depth to subsurface water will be affected by changes in atmospheric conditions and future construction activities may alter the surface and subsurface drainage characteristics of the site. With regard to the aforementioned, we recommend that the depth to subsurface water be checked prior to and during construction. Any changes from the subsurface conditions described in this report should be communicated to this office immediately so that a review of the design recommendations can be made. Based upon short-term observations, it is Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. not possible to accurately predict the magnitude of subsurface water fluctuations that might occur. In addition, it is not uncommon to detect water seepage within the fractures of the soils particularly after periods of heavy rainfall. ANALYSIS AND RECOMMENDATIONS Construction Consultation and Monitoring We recommend that Geoscience be given an opportunity to review the final design drawings and specifications to ensure that the recommendations provided in this report have been properly interpreted. Wide variations in soil conditions are known to exist between the boring locations. Furthermore, unanticipated variations in subsurface conditions may become evident during construction. During the excavation and foundation phases of the project, we recommend that a reputable Geotechnical Engineering firm be retained to provide construction surveillance services in order to 1) observe compliance with the geotechnical design concepts, specifications, and recommendations, and 2) observe subsurface conditions during construction to verify that the subsurface conditions are as anticipated, based on the boring drilled for this investigation. Soil Movement The near surface soils encountered at this site exhibited Plasticity Indices ranging between 15 and 47. These soils should be considered as moderate to extremely highly expansive in nature. The magnitude of the moisture induced vertical movement was calculated using the Department of Transportation method in conjunction with current moisture content and using the laboratory data from the results of swell tests performed on the selected samples. Based on aforementioned methods the estimated moisture induced Potential vertical movement (PVR) of the soils upon completion of final grade based on grading plan provided and the Plasticity Index of reciving fill soils at 36 or less (subject to verification prior to placement), at the location of the test borings drilled, is on the order of: Table 1.1 Block Zone Average PVR (± inch) D (Entire Block) D 1 B (Lots 1 to 9) C 2.5 to 3 Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. Block Zone Average PVR (± inch) A (Entire Block) B (Lots 10 to 15) C (Lots 1 to 13) F (Entire Block) B 3 to 3.5 inches C (Lots 14 to 21) E (Entire Block) G (Entire Block) A 4.5 to 5 inches In the event that the depth of the clay soils at other locations of the property is found to be greater than the depth encountered in the test borings drilled, then the movement will be much higher. Considerably more movement will occur in areas where water ponding is allowed to occur during and/or after construction -or- tested and approved fill soils are planned for use. Changes to the site grading plan may also increase or decrease the potential for movement. The PVR can vary with prolonged wet or dry period as such we recommend that moisture content for the upper 10 feet or to the top of the limestone, whichever comes first, of the soils below finished grade within the building pad and PVR should be evaluated prior to the construction. The client desired PVR is industry standard of approximately 4.5 inches, however, any additional fill soils as planned must be moisture conditioned, in order to maintain the PVR of 4.5 inches or less. Also, in areas where cut is required as per the grading plan, after removal of the natural soils to achieve approximate finished grade elevation, the depth of clay soils should be re-evaluated and if required, the subgrade soils should be moisture conditioned. Based on the grading plan provided, the following depth of moisture conditioning is required: Table 1.2 Block Zone Moisture Conditioning Depth D (Entire Block) D NOT REQURED (To be verified post grading is complete and prior to onset of construction activity) Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. Block Zone Moisture Conditioning Depth B (Lots 1 to 9) C NOT REQURED (To be verified post grading is complete and prior to onset of construction activity) A (Entire Block) B (Lots 10 to 15) C (Lots 1 to 13) E (Lot 1) F (Lots 1 to 5) B 4 feet C (Lots 14 to 21) E (Lots 2 to 11) F (Lot 6) G (Entire Block) A Minimum of 10 feet We recommend that the subgrade soils should be reworked -or- additional soils should be moisture conditioned as per the procedure outlined below. • Rework/Moisture conditioning the subgrade or additional fill soils: Remove the subgrade soils to the required depth as mentioned above in Table 1.2 or top of the limestone, whichever is encountered first, below finished grade and stockpile -or- a minimum of 10 feet, in areas with significant fill soils required to achieve finished grade elevation. Any fill greater than 10 feet should be placed in 8 inches loose lifts and compacted to a minimum of 95 percent of maximum dry with moisture content between optimum and 4 points above optimum. It should be noted that all additional fill soils should have a Plasticity Index (PI) similar to that of onsite soils and not higher than 36. After excavation of the existing subgrade soils -or- prior to placement of additional fill soils, the exposed surface area should be scarified to an additional 6 inches and compacted between 94 and 98 percent of maximum dry density with a minimum moisture content of 4 points above optimum as per ASTM D- 698. Moisture verification is required to determine if additional excavation is required. The previously removed soils should be placed back in 6 to 8 inches loose lifts and mixed thoroughly to form a homogenous consistent soil, it should be noted that no objectionable Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. material or rock pieces greater than 3 inches in size should be present in the soils and must be hand-picked and removed if encountered, and each lift should be compa cted to: ➢ 92 to 98 percent of the maximum dry density with the minimum moisture content of 4 points of optimum for soils with proctor PI more than 30 ➢ 94 to 98 percent of the maximum dry density with the minimum moisture content of 2 points of optimum for soils with proctor PI between 20 and 30 ➢ 95 and 100 percent of maximum dry density with a moisture content between optimum and 3 points above optimum for proctor PI of less than 20 We recommend the improvements extend an additional 5 feet beyond the perimeter of the building pad and all the areas sensitive to soil swell potential. Field density tests should be taken at the rate of at least one test per each 2,500 square feet, per lift, in the area of all compacted fill. For areas where hand tamping is required, the testing frequency should be increased to approximately one test per lift, per 100 linear feet of area. We recommend that during moisture conditioning the swell tests should be performed to ensure that the percentage swell tested on the sample is less than 1%. During the improvement process full-time testing will be required and a certification from the testing laboratory should be obtained to ensure that the swell potential of the soil has been adequately reduced for the design of the slab foundation. Construction of the building slab should start shortly upon completion of the improvement process. In the event the construction is delayed, then we recommend covering the moisture conditioned pad with an impermeable moisture barrier and 6 inches of loose soils should be spread on top of impermeable barrier until the time of construction to keep the moisture from evaporating. FOUNDATION RECOMMENDATION The foundation recommendations provided in the report are based on the soil information obtained from the test boring drilled for this site. During construction if the soils at the other location of building are found to be different than encountered at the location of the test boring then additional drilling of the test borings will be required. Slab-On-Grade Type Foundation A slab-on-grade type foundation system is a feasible option for use at this site provided: • All the loose soils, vegetation, debris, trees and tree roots (if any) are removed and disposed of off-site. • The building pad is prepared as per the procedure outlined in the report. Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. • The risk of some post-construction movement is acceptable. Slab on grade type of foundation system require periodic cosmetic repairs to building finishes. • Additionally, there is a risk that the ground movements could be greater than anticipated which could lead to the need for more extensive repairs. These circumstances are most often associated with poor drainage around the slab perimeter, sub-slab plumbing leaks, or trees or shrubs planted too close to the foundation. The potential for these movements, risks associated with long-term performance of slab-on-grade foundations, and owner/tenant maintenance responsibilities should be fully understood. • Additional fill soil, if required, should consist of off-site select fill soils. The slab may be a grid-type grade beam and slab reinforced with conventional rebars or post tension strands. The foundation should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system to sustain the vertical soil movements expected at this site. The depth of the grade beam should be at least 2 feet and width should be 10 inches. A net allowable soil bearing pressure of 1,500 psf for compacted and tested fill soils or compacted and tested natural soils. The bottom of the beams should be free of any loose or soft material prior to the placement of the concrete. All grade beams and floor slabs should be adequately reinforced to minimize cracking as normal movements occur in the foundation soils. Also, a moisture barrier of polyethylene sheeting or similar material should be placed between the slab and the subgrade soils to retard moisture migration through the slab. It should be understood by all parties that a soil-supported foundation system will experience movement with time. PTI PARAMETERS Based on the soil conditions encountered at the location of the test b orings drilled for this study, and, referring to the guide provided in the “Design and Construction of Post-Tensioned Slabs on Ground,” (published by Post-Tensioning Institute (PTI), the structure can be supported on a foundation system comprised of post-tensioned slab. The “VOLFLO” computer program was used to estimate swell/shrinkage. POST-TENSION PARAMETERS Based on Zone A, moisture conditioned as described (Post-Tensioning Institute Third Edition with 2008 Supplement Design) Minimum Grade Beam Depth: 24 Inches Edge Moisture Variation Distance, em Center Lift: 7.2 ft. Minimum Grade Beam Width: 10 Inches Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. The soil parameters to be utilized for design are as follows: Note 1 (Zone A): If the perimeter grade beams extend into the soil to provide an effective 30-inch vertical barrier to moisture movement, center and edge lift associated with differential swell/shrinkage become 1.6 and 1.1 inches, respectively. POST-TENSION PARAMETERS Based on Zone A, moisture conditioned as described (Post-Tensioning Institute Third Edition with 2008 Supplement Design) Edge Lift: 3.8 ft. Differential Swell/shrinkage, ym Swell (edge lift): 2.2 inch Shrink (center lift): 1.5 inch Depth to Constant Soil Suction: Approximately 10-ft Principal Clay Mineral: Montmorillonite Allowable bearing capacity of the bottom of the grade beams: Compacted and tested fill/natural soils: 1,500 psf Constant Suction Value: Fabric factor pF = 3.6 1 Thornthwaite Moisture Index: 3 Slab subgrade coefficient Slab-on-sand bedding: 1.00 Slab-on-polyethylene over sand: 0.75 Estimated Total Settlement: Less than 1-in. Estimated Moisture Velocity: 0.7 in/month POST-TENSION PARAMETERS Based on Zone B, moisture conditioned as described (Post-Tensioning Institute Third Edition with 2008 Supplement Design) Minimum Grade Beam Depth: 24 Inches Edge Moisture Variation Distance, em Center Lift: 8.0 ft. Edge Lift: 4.2 ft. Minimum Grade Beam Width: 10 Inches Differential Swell/shrinkage, ym Swell (edge lift): 2.1 inch Shrink (center lift): 1.4 inch Depth to Constant Soil Suction: Approximately 10-ft Principal Clay Mineral: Montmorillonite Allowable bearing capacity of the bottom of the grade beams: Compacted and tested fill/natural soils: 1,500 psf Constant Suction Value: Fabric factor pF = 3.6 1 Thornthwaite Moisture Index: 3 Slab subgrade coefficient Slab-on-sand bedding: 1.00 Estimated Total Settlement: Less than 1-in. Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. Note 2 (Zone B): If the perimeter grade beams extend into the soil to provide an effective 30-inch vertical barrier to moisture movement, center and edge lift associated with differential swell/shrinkage become 1.5 and 1.0 inches, respectively. POST-TENSION PARAMETERS Based on Zone B, moisture conditioned as described (Post-Tensioning Institute Third Edition with 2008 Supplement Design) Estimated Moisture Velocity: 0.7 in/month Slab-on-polyethylene over sand: 0.75 POST-TENSION PARAMETERS Based on Zone C (Post-Tensioning Institute Third Edition with 2008 Supplement Design) Minimum Grade Beam Depth: 24 Inches Edge Moisture Variation Distance, em Center Lift: 8.0 ft. Edge Lift: 4.2 ft. Minimum Grade Beam Width: 10 Inches Differential Swell/shrinkage, ym Swell (edge lift): 2.0 inch Shrink (center lift): 1.3 inch Depth to Constant Soil Suction: Approximately 10-ft Principal Clay Mineral: Montmorillonite Allowable bearing capacity of the bottom of the grade beams: Compacted and tested fill/natural soils: 1,500 psf Constant Suction Value: Fabric factor pF = 3.6 1 Thornthwaite Moisture Index: 3 Slab subgrade coefficient Slab-on-sand bedding: 1.00 Slab-on-polyethylene over sand: 0.75 Estimated Total Settlement: Less than 1-in. Estimated Moisture Velocity: 0.7 in/month POST-TENSION PARAMETERS Based on Zone D (Post-Tensioning Institute Third Edition with 2008 Supplement Design) Minimum Grade Beam Depth: 24 Inches Edge Moisture Variation Distance, em Center Lift: 9.0 ft. Edge Lift: 4.6 ft. Minimum Grade Beam Width: 10 Inches Differential Swell/shrinkage, ym Swell (edge lift): 1.7 inch Shrink (center lift): 1.2 inch Depth to Constant Soil Suction: Approximately 10-ft Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. The PTI differential soil movements estimates do not account for site preparation and vegetative influences, such as prior trees and residential landscaping, which can greatly influence foundation performance. The actual performance of slab-on-grade foundations will largely depend on actual soil moisture conditions, construction techniques, site preparation and landscaping. The construction of post-tensioned slabs requires close attention to detail during construction. It should also be noted that the trees will absorb the moisture from the soils underneath the foundation and cause the foundation soils to shrink resulting in foundation distress. As such, we recommend a root barrier be installed between the trees and the foundation to avoid any foundation distress in future. The root barrier should be at least 4 feet deep, and all the roots encountered should be cut. Corrugated roofing, commercial rubber roll or other such type materials should be used as a root barrier material. Seams in the barrier material should be overlapped at least 18 inches. Some roots may be deeper than the root barrier and may continue to negatively affect the foundation. Building Pad Preparation Prior to commencement of clearing and grading work, all the existing vegetation, debris (if any), loose and fill soils should be removed until hard stratum is encountered. The areas where trees are excavated should be widened and deepened until hard stratum is encountered. In order to reduce the soil movement to the industry standard of approximately 4.5 inches, we recommend that moisture conditioning be performed. Also, in areas where cut is required as per the grading plan, after removal of the natural soils to achieve approximate finished grade elevation, the depth of clay soils should be re-evaluated and if required, the subgrade soils should be moisture conditioned. Rework/moisture conditioning method is described in Soil Movement section of this report. POST-TENSION PARAMETERS Based on Zone D (Post-Tensioning Institute Third Edition with 2008 Supplement Design) Principal Clay Mineral: Montmorillonite Allowable bearing capacity of the bottom of the grade beams: Natural soils: 1,500 psf Constant Suction Value: Fabric factor pF = 3.6 1 Thornthwaite Moisture Index: 3 Slab subgrade coefficient Slab-on-sand bedding: 1.00 Slab-on-polyethylene over sand: 0.75 Estimated Total Settlement: Less than 1-in. Estimated Moisture Velocity: 0.7 in/month Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. Additional fill soils should consist of on-site soils with Plasticity Index (PI) similar to that of onsite soils and not greater than 36 which should be placed as per the method described in Soil Movement section of this report. Select fill material can also be used for additional fill soils. Select Fill materials should be placed in six (6) to eight (8)-inch loose lifts at moisture contents between optimum and 3 percentage points above optimum. Each lift compacted to between 95 and 100 percent of the maximum dry density as defined in ASTM D 698. Field density tests should be taken at the rate of one test per every 2,500 square feet per lift, or a minimum of 3 tests per lift in the area of all compacted fill. For areas where hand tamping is required, the testing frequency should be increased to approximately one test per lift, per 100 linear feet of area. PAVEMENT RECOMMENDATION The following Portland Cement concrete pavement design section is suitable for use at this site. Minimum Thickness (inches) Street Portland Cement Concrete 6 Lime Stabilized Subgrade Soils 6 Compacted Subgrade Soils 6 Prior to the placement of any fill in the pavement area, we recommend that all existing loose and fill (if any) soils, debris and vegetation, trees and tree roots should be completely removed and disposed of off-site until hard stratum is encountered. The disturbed areas should then be widened and deepened until a hard stratum is encountered. The exposed subgrade should then be proof rolled as per TxDot item 216 then scarified to a depth of 6 inches water as required and compacted to 95 and 100 percent of maximum dry density as defined by ASTM D 698 (Standard Proctor Test), at moisture content between optimum and 4 points above optimum. The upper six inches of subgrade soils should then be stabilized with lime. We estimate approximately 6 to 8 percent of hydrated lime (28 to 36 lbs/yard for 6-inch-thick-soil) will be required to stabilize the subgrade soils (to reduce the plasticity index to 15 or less). It should be noted that after the final grade is complete, the actual amount of lime required should be calculated by lime series test in the laboratory. Table 1.3 Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. The lime stabilized soils should be compacted to a minimum of 95 percent of maximum dry density with the moisture content between optimum and 4 points above optimum. Field density tests should be taken at the rate of one test per every 300 linear feet or 5,000 square feet whichever is lesser per lift. In the event after final grade, soils with PI of 15 or less are exposed then no lime stabilization to the subgrade soils are required. Also, if the lime stabilization is not economically feasible then the thickness of the concrete can be increased to an additional one inch or city standards should be adopted. Some differential movement in the pavement is anticipated over time due to the swel ling of the subgrade clays at this site. The design of the concrete pavement should specify a minimum 28- day concrete compressive strength of 4,000 psi for machine pour and 4,500 psi for the hand pour for all the street pavement with 4 percent to 6 percent ent rained air. The concrete should be placed within one and one-half hours of batching. During hot weather, the concrete placement should follow ACI 311 Hot Weather concreting and in no case should the concrete temperature be allowed to exceed 95ºF. To avoid excessive heat periods, consideration should be given to limiting concrete placement to a time of day that will minimize large differences in the ambient and concrete temperature. Past experience indicates that pavements with sealed joints on 15 to 20-foot spacings, cut to a depth of at least one-quarter of the pavement thickness, generally exhibit less uncontrolled post- construction cracking than pavements with wider spacings. As a minimum, expansion joints should be used wherever the pavement abut a structural element subject to a different magnitude of movement, e.g., light poles, retaining walls, existing pavement, building walls, or manholes. After construction, the construction and expansion joints should be inspected periodically and resealed, if necessary. The pavement should be reinforced using at least No. 4 bars, 18 inches on center for street or city specification should be used. RETAINING WALL RECOMMENDATIONS Lateral Earth Pressures Recommended equivalent fluid pressures for the design of the retaining walls with level backfill are presented in Table 1.4 below. Active equivalent earth pressures are recommended for retaining walls where the top of the wall is free to deflect. At-rest equivalent fluid pressures are recommended for retaining walls where the top of the wa ll is restrained from movement. Equivalent fluid pressures are presented for drained conditions and a level wall backfill. The wall backfill should extend at least 24 inches from the wall and on a one horizontal to one vertical back slope behind the wall to develop the recommended earth pressures. Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. Table 1.4 Equivalent Fluid Pressures for Level Backfill Backfill material Active (Flexible) pcf At-rest (rigid) pcf Drained Condition Drained Condition On-site soils 55 70 Select fill 45 65 Granular backfill 35 56 Wall Backfill Three types of material are recommended for retaining walls. These backfill types include: 1. On-Site Clay– On-site clay (PI less than 36) 2. Select Fill – Select fill should consist of sandy clay, silty sand, or clayey sand with a liquid limit less than 38 and a plasticity index (PI) between 6 and 18. 3. Free-Draining Granular Fill (highly preferred) – Free-draining, granular fill includes sand, crushed limestone, sand-gravel mixture, crushed concrete, or a sand-crushed stone mixture. The material should have less than 5 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus 40-sieve material should be non-plastic. The wall backfill should extend at least 24 inches horizontally behind the heel of the retaining wall and then at 1H: 1V slope to within 2 feet of the final grade. The upper 2 feet of the backfill soil should consist of a compacted high plasticity clay cap having a PI of at least 35. The wall backfill should be placed in maximum 8-inch lifts and uniformly compacted to at least 95 percent of the standard Proctor maximum dry density (ASTM D 698). The moisture content for cohesive soil (PI > of 35) should be between +1 and +5 percentage points above the optimum moisture content (ASTM D 698). Granular fill should be placed at a moisture content which will allow t he desired density to be achieved. Heavy compaction equipment should not be used directly against the walls. Hand-operated equipment should be used within 4 feet of the walls. Wall Backfill Settlement It is anticipated that backfill that is properly comp acted using hand-operated equipment will settle between ½ and 1 percent of the fill thickness. This settlement could result in uneven sidewalks and pavements that are not connected to the walls. Areas that will not be covered with concrete Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. should therefore be overbuilt and sloped down away from the wall to allow for backfill settlement. In addition, sidewalks should slope down from the edge of the wall so that if settlement occurs the sidewalks will not pond water next to the wall. Wall Drainage System The walls should have a wall backfill drainage system if a drained condition is assumed for design to reduce the potential buildup of hydrostatic pressures against the walls. Weep holes can be used for backfilling drainage for walls less than 5 feet high. One-cubic-foot of free-draining aggregate is recommended behind each weep hole. The weep holes should be spaced no greater than 10-foot on-center, with a minimum of two, 3-inch-diameter weep holes per wall. The drainage aggregate should meet the graduation requirements for ASTM C 33 coarse concrete aggregate No. 57. A filter fabric should be placed between the drainage material and the backfill soils. The fabric is recommended to consist of Mirafi 140NL, Amoco 4545, or equivalent. For walls greater than 5 feet high that are backfilled with select fill, a vertical granular drainage layer, in conjunction with a bottom collection system is recommended. The vertical granular wall drain should be at least 18 inches wide. A non-woven filter fabric should be placed between the drainage material and wall backfill soils. If granular wall backfill is used, a vertical granular layer is not required. However, a bottom collection system, as discussed below, is required with granular wall backfill. The bottom perimeter collection system should consist of a slotted or perforated drainpipe surrounded with at least 6 inches of free-draining aggregate placed along the base of the wall. The aggregate should be as coarse as or coarser than ASTM C 33 Size No. 57 or N o. 67 coarse concrete aggregate, with no fines passing the No. 200 sieve. The perforations or slots in the drainpipe should not allow the aggregate to migrate into the pipe. A filter fabric should be placed around the drainpipe to help prevent the loss of the finer soil fraction. The drainpipe should have sufficient strength to prevent collapse due to the overburden pressures. Wall Foundation The structural loads can be supported by auger excavated, straight-sided, steel reinforced, cast- in-place concrete piers. These piers should be founded at least 4 feet into the tan weathered limestone. The dimensions of the piers can be determined based on a net allowable bearing pressure of 14,000 psf and skin friction value of 2,500 psf in compression and tension. The skin friction component should only be applied to the portion of the shaft located in the pier-bearing stratum Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. below the recommended minimum penetration. Pier monitoring by GeoScience representatives is required to verify that the piers are embedded within the right stratum. Soil Induced Uplift Loads The piers should be provided with enough steel reinforcement to resist the uplift pressures that will be exhibited by the near surface soils. We recommend the uplift pressures be approximated on the order of 1,600 pounds per square foot of shaft area over an average depth of 10 feet. To resist the net tensile load, the shaft must contain sufficient continuous vertical reinforcement to the full depth of the pier. Foundation piers designed and constructed in accordance with the information provided in this report will have a factor of safety in excess of 2.5 against shear type failure and will experience minimal settlement (less than one inch). Pier Installation The construction of all piers should be observed by experienced geotechnical personnel during construction to ensure compliance with design assumptions and to verify: (1) the bearing stratum; (2) the minimum penetration; (3) the removal of all smear zones and cuttings; (4) that groundwater seepage is correctly handled; and (5) that the shafts are vertical and within acceptable tolerance levels. Our Firm is available to provide these services upon request. Reinforcing steel and concrete should be placed immediately after the excavation has been completed and observed. In no event should a pier excavation be allowed to remain open for more than 8 hours. Select Fill "Select fill," as referred to in this report, should consist of clayey sands free of organic materials with a Plasticity Index between 6 and 16, a Liquid Limit of 38 or less, and between 15 and 45 percent passing a No. 200 sieve. Flex Base TxDOT 247 Grade 1 or 2 Type D LANDSCAPING Trees will remove water from the soil and, as a result, may cause the soil to shrink; therefore, in areas where pavement is planned, trees should either: a). not be planted closer than the mature tree height from the building. b). have a controlled irrigation system, or Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. c). be planted in containers. Excess water ponding on or beside roadways, sidewalks and structural slabs may cause an unacceptable heave to these structures. To reduce this potential heave, good surface drainage should be established, and sprinkler systems should be designed and operated to minimize saturation of soil adjacent to these structures. Sprinkler mains next to buildings are not recommended. Bedding soils for plants may collect and direct water underneath the buildings and pavements; therefore, care should be taken to ensure that water entering the bedding soils drains away from these structures. If positive drainage away from these structures cannot be achieved, an impermeable synthetic membrane should be considered to reduce the risk of water migrating beneath the buildings and pavements. An 18-inch-deep vertical water barrier along the pavement edge fronting landscaped areas may be desirable to help prevent irrigation water from having ready access to the soils beneath the pavement. Special attention should be given to providing good drainage from plantings inside the building courtyards and planter boxes. The completed landscaping should be carefully inspected to verify that plantings properly drain. Soil in plantings may settle, which will tend to pond water, or plantings may block entrances to surface drains. Therefore, maintaining positive drainage from landscape irrigation will be an ongoing concern. SITE GRADING and DRAINAGE All grading should provide positive drainage away from the proposed structures and should prevent water from collecting or discharging near the foundations. Water must not be permitted to pond adjacent to the structures during or after construction. Surface drainage gradients should be designed to divert surface water away from the buildings and edges of pavements and towards suitable collection and discharge facilities. Unpaved areas and permeable surfaces should be provided with steeper gradients than paved areas. Pavement drainage gradients within 5 feet of buildings should be constructed with a minimum slope of 1/4 inch per foot to prevent negative drainage gradients (ponding water conditions) from developing due to differential upward pavement movements. Sidewalk drainage gradients should be along maximum slopes allowed by local codes. Roofs should be provided with gutters and downspouts to prevent the discharge of rainwater directly onto the ground adjacent to the building foundations. Downspouts should not discharge into any landscaped bed near the foundations. Downspouts should discharge directly into storm drains or drainage swales, if possible. Roof downspouts and surface drain outlets should discharge into erosion-resistant areas, such as paving or rock riprap. Recessed landscaped areas filled with Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. pervious sandy loam or organic soil should not be used near the foundation. Landscaped beds should be elevated above a compacted and well-graded clay surface. Sealed planters are preferred. All trees should be a minimum of one-half their mature height away from the building or pavement edges to reduce potential moisture losses. Water permitted to pond in planters, open areas, or areas with unsealed joints next to structures can result in on-grade slab or pavement movements, which exceed those indicated in this report. Exterior sidewalks and pavements will be subject to some post construction movement as indicated in this report. These potential movements should be considered during preparation of the grading plan. Flat grades should be avoided. Where concrete pavement is used, joints should be sealed to prevent the infiltration of water. Some post-construction movement of pavement and flatwork may occur. Particular attention should be given to joints around the building. These joints should be periodically inspected and resealed where necessary. It should be noted that due to deeper depth of fill soils some settling of the fill soils may occur in future. CLOSURE It should be noted that some variations in soil and moisture conditions may exist between different parts of the site. Statements in this report as to subsurface variations over given areas are intended as estimations only, based upon the data obtained from specific boring locations. The results, conclusions, and recommendations contained in this report are directed at, and intended to be utilized within the scope of work outlined in this report. The report is not intended for use in any other manner. Geoscience Engineers, LLC., makes no claim or representation concerning any activity or condition falling outside the specified purposes for which this report is directed; said purposes being specifically limited to the scope of work as defined herein. Inquiries regarding the scope of work, activities and/or conditions not specifically outlined herein should be directed to Geoscience Engineers, LLC. Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. ILLUSTRATIONS Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. - 24 - Approximate Boring Location Project No.: 23-DG3792 BORING LOCATION PLAN Proposed “Residential Development" West of Bridgewood Drive & Mandy Lane Fort Worth, Texas Plate A B-1 B-2 B-3 B-4 B-5 B-6 B-7 B-8 B-9 B-10 B-11 B-12 B-13 B-14 B-15 B-16 B-17 B-19 B-18 0 5 10 15 20 25 30 P4.5+ P4.5+ P4.5+ T100/ 4.2" T100/ 4.0" T100/ 3.8" 7.0 20.0 Brown and tan SANDY CLAY/CLAY (CL/CH) with limestone fragments -brown below 3' Tan weathered LIMESTONE with calcareous clay seams 12 14 17 13 14 10 42 48 18 20 24 28 108 59 LOG OF BORING NO. B-1 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/13/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 1Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5+ P4.5 P4.25 P4.5 T100/ 4.5" T100/ 4.0" T100/ 3.8" 3.0 9.0 20.0 Brown and tan SANDY CLAY/CLAY (CL/CH) with limestone fragments Tan CALCAREOUS CLAY (CH) with limestone fragments and occasional shaly clay seams Tan weathered LIMESTONE with calcareous clay seams 8 20 16 17 14 11 59 54 23 21 36 33 LOG OF BORING NO. B-2 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/13/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 2Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5 P4.5+ P4.5+ T100/ 4.3" T100/ 4.0" T100/ 2.0" 7.0 17.0 20.0 Tan and brown CLAY (CH) with limestone fragments -brown below 4.5' Tan weathered LIMESTONE with calcareous clay seams Gray limestone 11 10 13 15 12 11 58 22 36 112 74 LOG OF BORING NO. B-3 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/13/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 3Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5+ P4.5+ P4.5 T100/ 4.0" T100/ 4.0" T100/ 1.8" 9.0 17.0 20.0 Tan and brown SANDY CLAY/CLAY (CL/CH) with limestone fragments -brown below 4.5' Tan weathered LIMESTONE with calcareous clay seams Gray limestone 10 15 12 12 14 9 32 45 17 18 15 27 LOG OF BORING NO. B-4 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/13/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 4Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5+ P4.5+ T100/ 3.7" T100/ 7.5" T100/ 1.8" 7.0 16.0 20.0 Tan and brown SANDY CLAY/CLAY (CL/CH) with limestone fragments Tan weathered LIMESTONE with calcareous clay seams -increase in calcareous clay seams below 13' Gray limestone 7 16 16 8 13 8 30 47 15 19 15 28 53 LOG OF BORING NO. B-5 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/13/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 5Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5+ P4.5+ T100/ 3.8" T100/ 3.7" T100/ 1.5" 9.0 18.0 20.0 Brown and tan CLAY (CH) with limestone fragments Tan weathered LIMESTONE with calcareous clay seams Gray limestone 11 12 14 8 10 6 46 18 28 LOG OF BORING NO. B-6 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/13/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 6Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5+ P4.5+ P4.5+ T100/ 4.2" T100/ 2.0" T100/ 1.5" 8.0 13.0 20.0 Brown CLAY (CH) with limestone fragments Tan weathered LIMESTONE with calcareous clay seams Gray limestone 12 13 15 13 8 6 72 25 47 84 LOG OF BORING NO. B-7 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/13/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 7Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5 P4.5 P4.5 T100/ 3.7" T100/ 1.7" T100/ 1.5" 8.0 13.0 20.0 Brown and tan CLAY (CH) with limestone fragments -dark brown below 3' Tan weathered LIMESTONE with calcareous clay seams Gray limestone 9 14 14 9 5 6 56 21 35 108 69 LOG OF BORING NO. B-8 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/13/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 8Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5 P4.5 P4.5+ T100/ 4.3" T100/ 4.0" T100/ 3.7" 4.0 8.0 20.0 Brown CLAY (CH) with limestone fragments -brown and tan below 3' Tan CALCAREOUS CLAY (CL) with limestone fragments Tan weathered LIMESTONE with calcareous clay seams 15 16 8 15 15 9 52 20 32 63 LOG OF BORING NO. B-9 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/14/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 9Geoscience Engineering & Testing 0 5 10 15 20 25 30 P3.75 P4.5+ P4.5 T100/ 4.2" T100/ 4.0" T100/ 3.7" 7.0 20.0 Brown SANDY CLAY (CL) with limestone fragments -brown and tan below 4.5' Tan weathered LIMESTONE with calcareous clay seams 6 13 13 14 12 12 30 46 15 18 15 28 LOG OF BORING NO. B-10 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/14/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 10Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5+ P4.5+ P4.5+ T100/ 4.5" T100/ 3.8" T100/ 2.0" 4.0 8.0 18.0 20.0 Brown and tan SANDY CLAY (CL) with limestone fragments Tan CALCAREOUS CLAY (CL) with limestone fragments Tan weathered LIMESTONE with calcareous clay seams Gray LIMESTONE 14 9 13 18 13 12 35 15 20 LOG OF BORING NO. B-11 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/14/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 11Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5+ P4.5+ P4.5 T100/ 5.0" T100/ 4.3" T100/ 4.0" 3.0 5.0 20.0 Tannish brown SANDY CLAY (CL) with calcareous nodules Tan CALCAREOUS CLAY (CL) with limestone fragments Tan weathered LIMESTONE with clay shale seams 12 16 15 16 14 16 33 15 18 109 3.3 60 LOG OF BORING NO. B-12 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/12/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 12Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5+ P4.5+ T100/ 4.0" T100/ 3.8" T100/ 1.5" 5.0 16.0 20.0 Gray CLAY (CH) Tan weathered LIMESTONE with calcareous clay seams Gray LIMESTONE 13 13 8 10 10 8 45 18 27 LOG OF BORING NO. B-13 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/13/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 13Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5+ P4.5+ P4.5 T100/ 4.0" T100/ 1.8" T100/ 1.5" 4.0 8.0 11.0 20.0 Dark brown, gray CLAY (CH) Tan CALCAREOUS CLAY (CL) with limestone fragments Tan weathered LIMESTONE with calcareous clay seams Gray SHALY LIMESTONE 12 15 17 10 7 7 45 18 27 103 2.8 54 LOG OF BORING NO. B-14 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/12/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 14Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5+ P4.5+ T100/ 4.0" T100/ 4.0" T100/ 1.8" T100/ 1.5" 3.0 13.0 20.0 Dark brown, gray CLAY (CH) Tan weathered LIMESTONE with calcareous clay seams Gray LIMESTONE 14 12 10 11 7 7 52 20 32 56 LOG OF BORING NO. B-15 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/12/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 15Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5+ P4.5+ T100/ 4.0" T100/ 2.0" T100/ 1.5" 4.0 12.0 20.0 Brown CLAY (CH) Tan weathered LIMESTONE with clay shale seams Gray SHALY LIMESTONE 10 15 8 10 8 7 45 18 27 107 61 LOG OF BORING NO. B-16 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/12/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 16Geoscience Engineering & Testing 0 5 10 15 20 25 30 P4.5+ P4.5+ T100/ 3.8" T100/ 4.0" T100/ 2.0" T100/ 1.5" 1.5 4.0 14.0 20.0 Tannish brown, brown CLAY (CH) Tan CALCAREOUS CLAY (CL) with shaly clay seams Tan weathered LIMESTONE with calcareous clay seams Gray LIMESTONE 12 11 8 11 10 7 45 18 27 115 56 LOG OF BORING NO. B-17 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/13/2023 Completion Depth:20 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 17Geoscience Engineering & Testing 0 5 10 15 20 25 30 T100/ 4.0" T100/ 2.0" T100/ 2.0" 8.0 15.0 Tan weathered LIMESTONE with calcareous clay seams Gray LIMESTONE 11 10 8 8 LOG OF BORING NO. B-18 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/13/2023 Completion Depth:15 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 18Geoscience Engineering & Testing 0 5 10 15 20 25 30 T100/ 3.7" T100/ 2.0" T100/ 2.0" 7.0 15.0 Tan weathered LIMESTONE with calcareous clay seams Gray LIMESTONE 7 9 9 8 LOG OF BORING NO. B-19 Proposed "Residential Development" W of Bridgewood Dr & Mandy Ln intersection Fort Worth, Texas Project No. 23-DG3792 REMARKS: TUBE SAMPLE AUGER SAMPLE SPLIT- SPOON ROCK CORE THD CONE PEN. NO RECOVERYDEPTH (ft.)FIELD DATA SOIL & ROCKSYMBOLSAMPLE TYPEP: HAND PEN., TSFT: THD, BLOWS/FT.N: SPT, BLOWS/FT.STRATUM DEPTH(FT.)DESCRIPTION OF STRATUM Location:See Location Plan Surface Elevation:Unknown Drilling Method:CFA Date Boring Drilled:06/13/2023 Completion Depth:15 Groundwater Information: Seepage Encountered During Drilling:None Upon Completion:Dry WATER CONTENT, %LABORATORY DATA LIQUID LIMITPLASTIC LIMITPLASTICITY INDEXUNIT DRY WEIGHT(PCF)UNCONFINEDSTRENGTH(TSF)% PASSING NO. 200SIEVESOIL SUCTION TEST(TOTAL CM. OFWATER)Plate 19Geoscience Engineering & Testing Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. Proposed "Residential Development" West of Bridgewood Drive & Mandy Lane Fort Worth, Texas SUMMARY OF FREE SWELL TESTS Boring Number B-3 B-5 B-9 B-13 Sample Depth (ft.) 4.5 - 6 3 -4.5 1.5 - 3 3 – 4.5 Initial Moisture Content (%) 13 16 16 13 Final Moisture Content (%) 17 20 22 18 Applied Surcharge Pressure (psf) 656 469 281 469 Vertical Swell (%) 5.2 2.9 3.3 7 Liquid Limit 58 47 52 45 Plastic Limit 22 19 20 18 Plasticity Index 36 28 32 27 Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. SITE GEOLOGY Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. PVR ZONE MAP Block Zone Marking Average PVR (approximately) D (Entire Block) D One inch or less (exposed limestone) B (Lots 1 to 9) C 2.5 to 3 inches A (Entire Block) B (Lots 10 to 15) C (Lots 1 to 13) F (Entire Block) B 3 to 3.5 inches C (Lots 14 to 21) E (Entire Block) G (Entire Block) A 4.5 to 5 inches Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. MINIMUM/MAXIMUM CUT/FILL DATA PER LOT Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. Proposed "Residential Development " West of Bridgewood Drive & Mandy Lane Fort Worth, Texas GEOSCIENCE ENGINEERS, LLC. GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER, SEWER, PAVING, DRAINAGE, & STREETLiGHT STANDARD CONSTRUCTION SPECIFiCATiONDOCUMENTS IMPROVEMENTS TO SERVE NOBLE HILL VILLAGE ADDITI Revised July l, 2011 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) 1/14/2026 32 13 13 Mix Design AM Corp 1071 3600 psi 3-5" Slump; 3-6% Air 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 1/9/2026 32 13 20 Mix Design SRM Concrete 36822 With 20% Fly Ash 3600 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 01/30/2026 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 01/30/2026 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 1/14/2026 32 13 13 Mix Design City Concrete Company 36LA20II-MR With 20% Fly Ash 3600 psi 5.5-7.5" Slump; 3% 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 01/30/2026 …Class P Concrete (Continues) 5/5/2025 32 13 13 Mix Design Martin Marietta Q2141N27 4000 psi 1-3" Slump; 3-6% Air 1/23/2026 32 13 13 Mix Design Martin Marietta Q2146K33 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 1/29/2026 32 13 13 Mix Design Martin Marietta R2146R43 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 01/30/2026 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 01/30/2026 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 CoversAccuCast (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 01/30/2026 8/28/2023 33 39 20 Curb Inlet 10 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4')ASTM C913 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (5' X 5')ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH (4' MH on the top of 5' JB)ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' JB)ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB)ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB)ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 10x3 Precast** (Size 10' x 3')ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 15x3 Precast** (Size 15' x 3')ASTM C913 Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS)ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60")ASTM F2881 & AASHTO M330 8/28/2023 33 41 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)ASTM C76, C655 8/28/2023 33 41 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various)ASTM C789, C850 10/12/2023 33 41 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506 10/12/2023 34 41 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various))ASTM C1433,C1577 10/18/2023 35 41 10 Storm Drain Pipes The Turner Co.Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506 10/18/2023 33 41 10 Culvert Box The Turner Co.Reinforced Concrete Box Culvert (size - Various)ASTM C1433,C1577 4/12/2024 33 41 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506 6/25/2024 33 41 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 6/25/2024 33 41 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506 ….Storm Sewer - Inlet & Structures Continues (1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's (4-3-2025) Bigtown Concrete updated Mix ID's **Note: Pre-cast inlets are approved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to be cast in-place. No exceptions to this requirement shall be allowed. Revision Comments (4-5-2025) 03 34 13 CLSM specification (11-26-2025) Removed Gilco-site batch plant Page 6 of 6 CFW Product Name Manufacturer Manufacturer Product Name & Description Makers Sales and Marketing, LLC MRT2470AB‐Type 11, 36" or 60" Rise 2/Bolt 8' Arm,  Galvanized Makers Sales and Marketing, LLC MRT2470AB‐Type 11, 36" or 60" Rise 2/Bolt 8' Arm,  Black Valmont Industries, Inc DB01373(page 1 of 6)‐Shoe Base Pole Type 11,  Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 4 of 6)‐Single Arm Type 33B, Galvanized Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P101‐Mvolt‐R2‐3K‐ MP‐NL‐P7‐AO‐RFD325607 Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P101‐Mvolt‐R4‐3K‐ MP‐NL‐P7‐AO‐RFD325606 Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P101‐Mvolt‐R2‐3K‐BK‐ MP‐NL‐P7‐AO‐RFD325609 Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P101‐Mvolt‐R4‐3K‐BK‐ MP‐NL‐P7‐AO‐RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Bayou Forest Products 30‐35’ .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 6 of 6)‐Wood Pole Arm, Galvanized Makers Sales and Marketing, LLC MRT33.585AB‐Type 18, 36" or 60" Rise 2/Bolt 8' Arm,  Galvanized Makers Sales and Marketing, LLC MRT33.585AB‐Type 18, 36" or 60" Rise 2/Bolt 8' Arm,  Black Valmont Industries, Inc DB01373(page 2 of 6)‐Shoe Base Pole Type 18,  Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 3 of 6)‐Single Arm Type 33A, Galvanized Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P303‐Mvolt‐R2‐3K‐ MP‐NL‐P7‐AO‐RFD322792 Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P303‐Mvolt‐R4‐3K‐ MP‐NL‐P7‐AO‐RFD322794 Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P303‐Mvolt‐R2‐3K‐BK‐ MP‐NL‐P7‐AO‐RFD322793 Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P303‐Mvolt‐R4‐3K‐BK‐ MP‐NL‐P7‐AO‐RFD322795 Wood Pole Arm CFW Lighting Approved Products List Arterial Luminaire Residential Luminaire Residential‐Standard Arterial‐Standard Type 11 Pole Type 33B Arm Timber Pole Type 18 Pole Type 33A Arm McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Bayou Forest Products 30‐35’ .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)‐Wood Pole Arm, Galvanized Washington 10' Pole Acuity Brands Lighting, Inc.Holophane, CLA 10.6(0AL)FT J20P07BK‐MOD, AB‐31‐4  RFD110736 Washington 14' Pole Acuity Brands Lighting, Inc.Holophane, CLA14FT J20DMODC03BK RFD325026, AB‐ 16‐4 SPEC RFD325026  Washington Luminaire Acuity Brands Lighting, Inc.Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7  FRGL RFD338699 Washington Globe  Luminaire Acuity Brands Lighting, Inc. Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7  AO RFD‐315548 Oleander Type A Pole Acuity Brands Lighting, Inc.Holophane, PDA 12S5L20POBBK‐MOD  Oleander Type B Pole Acuity Brands Lighting, Inc.Holophane, PDA20S5L20P08BK‐MOD Oleander Type B Arm Acuity Brands Lighting, Inc.Holophane, OHC 15IN 2A TN BK Oleander Luminaire Acuity Brands Lighting, Inc. Holophane, AUCL2 P40 30K AS BK L3 N P7 AO  RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc.Holophane, RSA 12 50 G12 SC BK AB‐26‐4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc.Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc.Holophane, VLC 27IN 1A TN QSM BK Berry Luminaire Acuity Brands Lighting, Inc. Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7  AO SH Banner Arms Acuity Brands Lighting, Inc.Holophane, BA‐24IN‐2A‐C0‐S4J‐BL‐075P‐BK Cantex Inc. Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651  specifi cations and NEMA TC2, Rated for 90°C Cable,  Sunlight Resistant, 10’ Lengths and 20' lengths Heritage Plastics Rigid Nonmetallic Schedule 80 Electric Conduit, Meets  UL 651 specifications, RUS listed, NEMA TC‐2 and  NEMA TC‐3, Rated for 90°C Cable, Sunlight & Weather  Resistant Atkore‐Heritage Plastics PVC Rigid Schedule 80 Conduit, Conforms to UL 651  and NEMA TC 2, Sunlight Resistant, Listed for 90°C  conductors or cable Prime Conduit, Inc Schedule 80 PVC Rigid Nonmetallic Conduit, Extra  Heavy Wall EPC‐80, Sunlight resistant, Rated for use  with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy‐Splice, ESSLK  Series Wood Pole Arm Timber Pole Conduit Decorative‐Pedestrian System Southwire Type XHHW‐2 copper conductor, 600V Encore Wire TYPE XHHW‐2 / RW90, copper conductor, Superslick  Elite, 600V/1000V Encore Wire THHN / MTW / THWN‐2  Copper conductor, 600V Service Wire Co Servicepro‐X XHHW‐2, 600/1,000 Volt Copper, CT  Rated Advanced Digital Cable Inc XHHW‐2 Low Smoke Halogen Free, Cross‐linked  Polyethylene Insulated 14 AWG‐750 MCM, 600 Volts,  90°C Dry and wet Aluminum Wire‐Triplex Priority Wire & Cable, Inc Triplex Overhead Aluminum Conductor Edison General Purpose, Midget Class MEN Fuses, Voltage  Rating: MEN ‐ 250 VAC, Ampere Rating: 0.5 ‐ 30 Amps,  Interrupting Rating: 10,000 RMS Amps @ 125V Edison Modular Ferrule Fuse Blocks for Midget Class and CC  Fuses Cooper In‐line fuse holders for Single‐Pole 13/32" x 1 1/2"  Fuses HEB‐AA EATON Bussmann Series, HEB breakaway and non‐breakaway  in‐line fuse holders for UL 13/32” x 1‐ 1/2”supplemental fuses EATON Bussmann Series, FNM 13⁄32˝ x 1‐1⁄2˝ 250Vac Ɵme‐ delay supplemental fuses Connector Thomas & Betts Wire Joints for Copper Conductor, Cat No: 54615,  54620, 54625‐TB, 54635, 54640, 54630 Electrol Systems, Inc TY A (120/240) 100(NS)AL(E)PS(U) WE Manufacturing & Controls TY A 120/240 100(NS)AL(E)PS(U) Electrol Systems, Inc TY A (240/480) 100(NS)AL(E)PS(U) WE Manufacturing & Controls TY A 240/480 100(NS)AL(E)PS(U) MacLean Highline Polymer Concrete, PHA132412X0002: TIER 22 (X) 22,  500lbs Oldcastle Polymer Concrete, H‐SERIES UNIT, H1730‐24 TIER‐22 ‐ TXDOT 2x 1/2" CAPTIVE BOLT ‐ 2x BRASS FLOATING  NUT Oldcastle Polymer Concrete, H‐SERIES UNIT, H1324‐24 TIER‐15 ‐ TXDOT 2x 1/2" CAPTIVE BOLT ‐ 2x BRASS FLOATING  NUT Kearneys NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N  Series Photocell Acuity Brands Lighting, Inc.Dark To Light, DLL Elite, Electronic Locking, Type  Photocontrol, DLL‐127 or DLL‐480 Shorting Caps Acuity Brands Lighting, Inc.Dark To Light, Part # DSHORT SBK U Residential Luminaire TRASTAR INC.DURA‐STR10A‐3K‐120‐3‐GR‐SCL Arterial Luminaire TRASTAR INC.DURA‐STR25‐3K‐120‐3‐GR‐SCL Interim Products Copper Wire/Conductor Metered Pedestal 120‐240V Metered Pedestal  240‐ 480V Ground Box Fuse & Fuse Holder