Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
064836-PM1 - Construction-Related - Contract - Quail Valley IV-B, LLC and Acadia Services, LLC
CSC No. 64836-PM 1 FoRTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Paving, Drainage, Street Lighting, Water, & Sewer Improvements to Serve Walsh Ranch P4A-Customs Phase B-1 IPRC25-0136 City Project No. 106427 FID No.30114-0200431-106427-EO7685 W-4049 X-28712 Mattie Parker Jesus "JAY" Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth March 2026 Prepared by: .4...- Kirnley)//Horn *v o-oeoof�oe. Texas Registered Engineering Firm F-928 ve.aeaaaoaaaaaa TYLER C. scary Fort Worth, TX 76102 ss9a .... 817.339.2269 Kimley-Horn No. 061298200 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Page 1 of 5 Last Revised 00 11 13 1 Invitation to Bidders ne i0 nnInst-n-leflens 00 410 B nn m 4 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 BidA3ond nn in 4 0045 12 Prequalification Statement 09/01/2015 nnBidder-n3/n -0 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45-49 084IL141-9 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 00720 9 , , n T 00730 Supplementafy Gendifiens, n7 �nv�vr4044 0073 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 n, n7m 4 01 3233 Preconstruction Video 08/30/2013 01 3300 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 Ternvorary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 5713 Storm Water Pollution Prevention Plan 07/01/2011 01 6000 Product Requirements 03/20/2020 01 6600 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 02/14/2018 01 74 23 Cleaning 04/07/2014 01 7719 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 7839 Project Record Documents 04/07/2014 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions None Division 03 - Concrete None Division 26 - Electrical None Division 31- Earthwork None Division 32 - Exterior Improvements None Division 33 — Utilities None Division 34 — Transportation None Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.i!ov/tpw/contractors/ or https:Happs.fortworthtexas.p-ov/Proi ectResou rces/ vivision uL - >i xistm t;ommnons i.asy icevisea 0241 13 Selective Site Demolition 12/20/2012 n , 2,2 n 02,102,12016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material CLSM 12/20/2012 i 0Q 0nBase,, CTJ"8'V-Ve 12,120,12044 r Division 26 - Electrical CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 106427 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 Division 31- Earthwork 31 1000 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 3'�1 2500 Erosion and Sediment Control 12/20/2012 3Ytl-00 Gabiefts 12/20/2012 3' pfap11 /z Division 32 - Exterior Improvements 32-P 1 71 Mz 3'Temporary112/z 3' 11 /�012 3244-2-3 Flexible Bas !`.,,,,-sos 1 717z-zrcvznvrc 32 111 29 Lime Treated Base Courses 12/20/2012 31�3-3 Cement Treated Base r 12�7zz 20/2012 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 3 44-7-3 - 12,120,12012 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Rams 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 1613 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 1723 Pavement Markings 11/22/2013 1 1 ins n�3 32 34 26 W .e Fe es and Gates 12/��L 32 34-29 Wood > epee ra r � 12,120,12012 06/05,12018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 3292 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 -93 -43 Trees and r t1. abs 12,12W20 z Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television(CCTV) Inspection 03/03/2016 —3--nA3,—,181 , 2 404047-2 334)4 Yrtf , 21r 20/zviz 334 / 334A-30 07101/�i 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 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 3305 13.10 Frame, Cover and Grade Rings — Composite 01/22/2016 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 334" Conefete Water- Vaults , 7 /rcr20k24 2 3305 17 Concrete Collars 12/20/2012 33-05- 20 Augef Befin 12/20/2012 } Tunnel Linep l.,te 1 7M z 33-05-22 Steel Casing -Pipe -12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33-05--24 06/� 2 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 11 / 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride VC Pressure Pie 11/16/2018 33441 1�/� /�Q 33444-4 QQ042012 33 1210 Water Services 1-inch to 2-inch 02/14/2017 }LefgeAV-at�Nletefs12/zzr2 /2012 33 1220 Resilient Seated Gate Valve 12/20/2012 3342-24Rubber-1 71 P,z 33 1225 Connection to Existing Water Mains 02/06/2013 33-42-39 , 2 0404-2 33 1240 Fire Hydrants 01/03/2014 32 efts12,120,12012 3342-60 06,119,120 Tia 33-34 4•i 12,120,12012 12Q0Q0 12 33✓ 1 2 /ten 4o 2 33 31 20 Polyvinyl Chloride VC Gravity Sanitary Sewer Pie 06/19/2013 33 3121 Pipe 'fr2012 12,120,12012 33-34 22 12/',�r W201-2 3-3-34-2-3 ,, /��2 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 - 3 A , 2 /� 20/20r2 33 39 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33-3940 +2404GQ 33-3949 , 2 O4042 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33A444 High Density Polyethylene (HDPE) Pipe Stemm Dfain r 12/20/2012 ffnbr 3--4442 11113/ 9 33-46-00 Q440Q 33A6-" Slotted StomiDrains 07/01T 33-46-02 Treneh Drams 0 1�11 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 33 49 20 Curb and Drop Inlets 12/20/2012 Division 34 - Transportation 34-" 10/ � 34n 1 1- -1 -�-ro:�- ttaeh Ce lle f Cabinet A«�=el�t-A��tr9n�-��r� 12 1 Q 20 c �� 3 n n�oz Attaehfneat B Centfellef Speeffieatten 02 n n�-n--i-�03 0 2 �3 111 /7,3 34A4-4J 12/20/2012 34-444-6 111 /'1-rxn2/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34n 1 � wayfes06,115,12014 344 n n 1 �n ��m -tillc1—c � 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 n 02Q6Q4t6 13471 13 1 Traffic Control 11/22/2013 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GG 4.06 a,, - ,dat s >ir- ynment i Condition , 4 Site vim. rC 6.09 n its and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised March 20, 2020 00 42 43 DAP - BID PROPOSAL Page 1 of 1 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 3305.0109 Trench Safety 33 05 10 3311 11 3311 12 33 12 40 33 12 25 33 12 20 33 12 10 33 05 12 LF 1141 $1.00 $11,629.00 $65.00 $9,100.00 $3,400.00 $1,141.00 2 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311.0261 8" PVC Water Pie TON 1.25 $14,536.25 3 LF 1141 $74,165.00 4 3312.0001 Fire Hydrant EA 2 $18,200.00 $3,400.00 5 3312.0117 Connection to Existing 4"-12" Water Main EA 1 6 3312.3003 8" Gate Valve EA 4 $3,200.00 $12,800.00 7 3312.2203 2" Water Service 3305.0003 8" Waterline Lowering EA 17 $2,300.00 $5,420.00 $39,100.00 8 EA 3 $16,260.00 TOTAL UNIT I: WATER IMPROVEMENTS $179,602.25 UNIT II: SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post -CCTV Inspection 3301.0004 Final MH-CCTV Inspection 3301.0101 Manhole Vacuum Testing 3305.0109 Trench Safety 3305.0113 Trench Water Stops 3331.4115 8" Sewer Pipe 33 05 12 3301 31 3301 30 33 05 10 LF 1311 $5.00 $200.00 $200.00 $1.00 $6,555.00 $2,600.00 2 EA 13 3 EA 13 $2,600.00 4 LF 1311 $1,311.00 5 33 05 15 EA 7 $1,700.00 $11,900.00 6 33 11 10, 33 31 12, 33 31 20 33 11 10, 33 31 12, 33 31 20 LF 1311 $63.00 $167.00 $177.00 $519.00 $8,000.00 $82,593.00 7 3331.4116 8" Sewer Pipe, CSS Backfill LF 20 $3,340.00 8 3331.5747 8" Sewer Pipe, CLSM Backfill 33 11 10, 33 31 12, 33 31 20 33 39 60 LF 60 $10,620.00 $22,317.00 9 3339.0001 Epoxy Manhole Liner VF 43 10 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 11 $88,000.00 $28,000.00 $11,750.00 $20,995.00 11 3339.1002 4' Drop Manhole 3339.1003 4' Extra Depth Manhole 3331.3101 4" Sewer Service 33 39 10, 33 39 20 33 39 10, 33 39 20 3331 50 EA 2 $14,000.00 $250.00 $1,235.00 12 13 VF 47 EA 17 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $292,581.00 UNIT III: DRAINAGE IMPROVEMENTS 1 0171.0101 Construction Staking 01 71 23 LS 2 3301.0012 Post -CCTV Inspection of Storm Drain 3301 32 LF 3 3305.0109 Trench Safety 33 05 10 LF 4 3341.0201 21" RCP, Class III 3341 10 LF 5 3349.5001 10' Curb Inlet 33 49 20 EA 6 3349.5002 15' Curb Inlet 33 49 20 EA TOTAL UNIT III: DRAINAGE IMPROVEMENTSI 1 $1,500.00 $1,500.00 59 $4.00 $1.00 $236.00 $59.00 59 59 $86.00 $7,300.00 $11,000.00 $5,074.00 $21,900.00 $11,000.00 3 1 $39,769.00 Bid Summary UNIT I: WATER IMPROVEMENTS UNIT Il: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Acadia 351 W. Southlake Blvd Southlake, TX 76092 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION Total Construction Bid BY: Dustin WI5MhI& Signed by: UtfMaAA, TITLE: CEO 612127CA2DD94CB... DATE:1 /15/2026 50.00 working days after the date when the $179,602.25 $292,581.00 $39,769.00 $511,952.25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43 Bid Proposal -Set - Customs B1_Utilities 00 42 43 DAP - BID PROPOSAL Page 1 of 1 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 2 0171.0101 Construction Staking 3211.0501 6" Lime Treatment 3211.0400 Hydrated Lime 3213.0101 6" Conc Pvmt 3213.0302 5" Conc Sidewalk 3292.0100 Block Sod Placement 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 9999.0001 24" Solid White Striping 3471.0001 Traffic Control 01 71 23 32 11 29 321129 LS 1 $5,000.00 $4.00 $305.00 $58.80 $6.75 $5.00 $910.00 $70.00 $500.00 $5,000.00 $14,676.00 SY 3,669 3 TN SY 66 3,669 $20,130.00 4 32 13 13 $215,737.20 5 6 7 8 9 32 13 20 SF 514 $3,469.50 32 92 13 3441 30 13471 13 SY 882 $4,410.00 EA 2 $1,820.00 LF 10 $700.00 $6,000.00 MO 12 TOTAL UNIT IV: PAVING IMPROVEMENTS $271,942.70 UNIT V: LIGHTING IMPROVEMENTS 1 2 2605.3015 2" CONDT PVC SCH 80 (T) 3305.0103 Exploratory Excavation of Existing Utilities 3441.1405 NO 2 Insulated Elec Condr 26 05 33 33 05 30 3441 10 3441 10 34 41 20 LF 1030 $29.00 $220.00 $3.00 $29,870.00 $1,760.00 EA 8 3 LF 3275 $9,825.00 4 3441.1501 Ground Box Type B EA 2 $1,850.00 $1,620.00 $3,700.00 5 3441.1733 Rdwy Ilium Foundation TY 11 EA 6 $9,720.00 4 3441.1772 Furnish/Install 240-480 Volt Single Phase 3441 20 34 41 20 _ 34 41 20 EA 1 $15,000.00 $5,900.00 $15,000.00 5 9999.0001 Furnish/Install Rdway Ilium Walsh Special 14 Pole EA 6 $35,400.00 6 19999.0002 Furnish/Install LED Lighting Fixture AUCL3 PP40 AS 1 EA 1 6 $400.001 $2,400.00 TOTAL UNIT V: LIGHTING IMPROVEMENTS $107,675.00 Bid Summary UNIT IV: PAVING IMPROVEMENTS $271,942.70 UNIT V: LIGHTING IMPROVEMENTS $107,675.00 Total Construction Bid $379,617.70 This Bid is submitted by the entity named below: BIDDER: Mario Sinacola & Sons Excavating, Inc 10950 Research Dr Frisco, TX 75033 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION DocuSigned by: BY: Harla Joan �bms TITLE: Vice P ,sident DATE: ,� /FF ty"Fj4072497... 50 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43 Bid Proposal —Set - Customs B1_Paving 0045 12 DAP PREQUALIFICATION STATEMENT Page I 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 Wastewater New Development Open Cut (54" and Under) Acadia Services, LLC 4/30/2026 Water New Development Open Cut (36" and Under) Acadia Services, LLC 4/30/2026 Sanitary Sewer Manhole Interior Lining — Warren Environmental System Madero Engineers, Architects & Constructors, LLC 4/30/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. Acadia Services, LLC BY: Dustin Whitman 351 W. Southlake Blvd. Southlake, TX 76092 . (Signature) TITLE: CEO DATE: 03/10/2026 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT —DEVELOPER AWARDED PROJECTS 0045 12_Prequalification Statement 2015—DAP.doc Form Version September I, 2015 0045 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 Concrete Paving Construction/Reconstruction (Less Than 15,000 Square Yards) Maria Sinacola & Sons Excavating, Inc. March 9, 2027 Roadway and Pedestrian Lighting Lumin8 Transportation Technologies March 24.2027 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Mario Sinacola & Sons Excavating, Inc. BY: 10950 Research Road Frisco, Texas 75033 Signature) TITLE: Vice Pre ° ent DATE: 3/ 10!202 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT —DEVELOPER AWARDED PROJECTS DO45 12 Prequalification Statement 2015_DAP.doc Form Version September 1, 2015 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 39 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 106427. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Acadia Services LLC Company 351 W. Southlake Blvd. Address Southlake, TX 76092 City/State/Zip THE STATE OF TEXAS COUNTY OFTARRANT Dustin Whitman (Please Print) Signature: Tine: CEO (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared q W (A ( ipActtn , known to me to be the person whose name is subscribed to the for goin instrument, and acknowledged to me that he/she executed the same as the act and deed of [� jA ;—P'rV(LQ S , l .A,L- for the purposes and consideration therein expressed and in the capacity therein stated. IVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20`L(p 1 Josie Sanchez ,x►;lY my Commission 5/31/2027 xpires N ryPublic I d for the State of Texas `6V-01 Notary ID134385976 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Walsh Ranch P4A-Customs Phase B-1 CPN 106427 3 4 5 6 7 8 9 F I? 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 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 106427. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Mario Sinacola & Sans Excavating, Inc. Company 10950 Research Road Address Frisco, Texas 75033 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT 0 Slgr Titl (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Harlan Jones, Vice President , Mown to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Mario Sinacola & Sons Excavating, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 10 day of March . 2021i E MEREDITH R NELSONotary lD #129927329y Commission Expires August 20, 2026 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Walsh Ranch MA -Customs Phase B-1 CPN 106427 Docusign Envelope ID: 8E84FE93-CC60-49FC-B7C9-E1DC68822091 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 03/11/2026 is made by and between the Developer, 4 Quail Valley IV-B, LLC , authorized to do business in Texas ("Developer") , and 5 Acadia Services, LLC , authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 11 identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Paving. Drainage. Street Lighting. Water. & Sewer Imnrovements to Serve Walsh Ranch P4A- 16 Customs Phase B - 1 17 CPN 106427 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents 21 are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 50 working days after the date when 24 the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City 25 Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 29 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City 30 Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding the 32 actual loss suffered by the Developer if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof , Contractor agrees that as liquidated damages for delay 34 (but not as a penalty), Contractor shall pay Developer <fve thousand dollars> Dollars 35 ($5,000.00) for each day that expires after the time specified in Paragraph 3.2 for Final 36 Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised June 16, 2016 Docusign Envelope ID: 8E84FE93-CC60-49FC-B7C9-E1DC68822091 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Five Hundred Eleven Thousand Ni ne DWH&P-d Fifty Two Dol 40 ($ 511,952.25 ) lars And Twenty Five Cents 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A.The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer Awarded 59 Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment or, if 62 not attached, as incorporated by reference and described in the Table of Contents of the 63 Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised June 16, 2016 Docusign Envelope ID: 8E84FE93-CC60-49FC-B7C9-E1DC68822091 005243-3 Developer Awarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all claims 78 arising out of, or alleged to arise out of, the work and services to be performed by the 79 contractor, its officers, agents, employees, subcontractors, licenses or invitees under this 80 contract. This indemnification provision is specifically intended to operate and be effective 81 even if it is alleged or proven that all or some of the damages being sought were caused, in 82 whole or in part, by any act, omission or negligence of the city. This indemnity provision 83 is intended to include, without limitation, indemnity for costs, expenses and legal fees 84 incurred by the city in defending against such claims and causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the 87 city, its officers, servants and employees, from and against any and all loss, damage or 88 destruction of property of the city, arising out of, or alleged to arise out of, the work and 89 services to be performed by the contractor, its officers, agents, employees, subcontractors, 90 licensees or invitees under this contract. This indemnification provision is specifically 91 intended to operate and be effective even if it is alleged or proven that all or some of the 92 damages being sought were caused, in whole or in part, by any act, omission or negligence 93 of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 98 Construction Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 101 without the advanced express written consent of the Developer. 102 7.3 Successors and Assigns. 103 Developer and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and obligations 105 contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining 109 provisions shall continue to be valid and binding upon DEVELOPER and CONTRACTOR. 110 7.5 Governing Law and Venue. ill This Agreement, including all of the Contract Documents is performable in the State of Texas. 112 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern 113 District of Texas, Fort Worth Division. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised June 16, 2016 Docusign Envelope ID: 8E84FE93-CC60-49FC-B7C9-E1DC68822091 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 114 115 7.6 Authority to Sign. 116 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 117 signatory of the Contractor. 118 119 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 120 counterparts. 121 122 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 123 Contractor: Developer: Acadia Services, LLC _Quail Valley IV-B, LLC B :5DocuSigned by: DocuSigned by: vo-pra B : SC& (Aqu 4w ( Ignature) (Signature) 124 Matt DaPra Seth Carpenter (Printed Name) (Printed Name) Title: VP of operations Title: vice President Company Name: Acadia Services, LLC Company name: Quail Valley IV-B, LLC Address: 351 W Southlake Blvd Address: 400 S Record Street Suite 1200 City/State/Zip: Southlake, TX 76092 City/State/Zip: Dallas, TX 75202 3/11/2026 3/12/2026 Date Date CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised June 16, 2016 Docusign Envelope ID: 633AE4B6-54CF-41EB-8F2F-4D7E63BE4BA4 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 03/11/2026 is made by and between the Developer, 4 Quail Valley IV-B, LLC , authorized to do business in Texas ("Developer") , and 5 Mario Sinacola & Sons, Excavating, Inc. , authorized to do business in 6 Texas, acting by and through its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 11 identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Paving. Drainage. Street Lighting. Water. & Sewer Imnrovements to Serve Walsh Ranch P4A- 16 Customs Phase B - 1 17 CPN 106427 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents 21 are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 50 working days after the date when 24 the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City 25 Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 29 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City 30 Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding the 32 actual loss suffered by the Developer if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof , Contractor agrees that as liquidated damages for delay 34 (but not as a penalty), Contractor shall pay Developer <two hundredCz[U dollars> Dollars 35 ($250.00) for each day that expires after the time specified in Paragraph 3.2 for Final 36 Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised June 16, 2016 Docusign Envelope ID: 633AE4B6-54CF-41EB-8F2F-4D7E63BE4BA4 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Three Hundred Seventy Nine Thousaddollars 40 ($ 379617.70 ), Six Hundred Seventeen Dollars And Seventy Cents 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A.The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer Awarded 59 Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment or, if 62 not attached, as incorporated by reference and described in the Table of Contents of the 63 Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised June 16, 2016 Docusign Envelope ID: 633AE4B6-54CF-41EB-8F2F-4D7E63BE4BA4 005243-3 Developer Awarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all claims 78 arising out of, or alleged to arise out of, the work and services to be performed by the 79 contractor, its officers, agents, employees, subcontractors, licenses or invitees under this 80 contract. This indemnification provision is specifically intended to operate and be effective 81 even if it is alleged or proven that all or some of the damages being sought were caused, in 82 whole or in part, by any act, omission or negligence of the city. This indemnity provision 83 is intended to include, without limitation, indemnity for costs, expenses and legal fees 84 incurred by the city in defending against such claims and causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the 87 city, its officers, servants and employees, from and against any and all loss, damage or 88 destruction of property of the city, arising out of, or alleged to arise out of, the work and 89 services to be performed by the contractor, its officers, agents, employees, subcontractors, 90 licensees or invitees under this contract. This indemnification provision is specifically 91 intended to operate and be effective even if it is alleged or proven that all or some of the 92 damages being sought were caused, in whole or in part, by any act, omission or negligence 93 of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 98 Construction Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 101 without the advanced express written consent of the Developer. 102 7.3 Successors and Assigns. 103 Developer and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and obligations 105 contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining 109 provisions shall continue to be valid and binding upon DEVELOPER and CONTRACTOR. 110 7.5 Governing Law and Venue. ill This Agreement, including all of the Contract Documents is performable in the State of Texas. 112 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern 113 District of Texas, Fort Worth Division. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised June 16, 2016 Docusign Envelope ID: 633AE4B6-54CF-41EB-8F2F-4D7E63BE4BA4 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 114 115 7.6 Authority to Sign. 116 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 117 signatory of the Contractor. 118 119 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 120 counterparts. 121 122 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 123 124 Contractor: Developer: Mario Sinacola & Sons, Excavating, Inc _Quail Valley IV-B, LLC ocuSigned by: Do11c/IuSignned by: By: FWY�Alit. ,�bV�d,S By: , (aYpc,WW Ignature) ssosFEB,gzgg12B.(Signature) Harlan Jones Seth Carpenter (Printed Name) (Printed Name) Title: vice President Title: vice President Company Name: Mario Sinacola & Company name: (wail Valley N-B, LLC Sons, Excavating Inc. Address: 10950 Research Rd. Address: 400 S Record Street Bldg A Suite 1200 City/State/Zip: Frisco, TX 75033 City/State/Zip: Dallas, TX 75202 3/14/2026 3/14/2026 Date Date CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised June 16, 2016 Attachment Code: D470795 Master TD: 1397399, Certificate ID: 23013611 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CHANGE The following new provision is added to A. Cancellation of the COMMON POLICY CONDITIONS or such other applicable state cancellation endorsement: As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 2/28/2026 — 2/28/2027 Policy No. GL 6676705 Endorsement No. Named Insured Mario Sinacola & Sons Excavating, Inc. Premium $ Insurance Company Safety National Casualty Corporation Countersigned By (Countersignature by the Broker or Agent shall only occur in the mailing states that require countersignature) SNGL 047 0514 Safety National Casualty Corporation Page 1 of 1 Attachment Code: D512370 Master TD: 1397399, Certificate ID: 23013611 POLICY NUMBER: GL 6676705 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Any person or organization as required by All of your projects. written contract or agreement that is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 Attachment Code: D512370 Master TD: 1397399, Certificate ID: 23013611 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 Attachment Code: D512371 Master TD: 1397399, Certificate ID: 23013611 POLICY NUMBER: GL 6676705 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Oraanization(s) I Location And Description Of Completed Operations Any person or organization as required All of your projects by written contract or agreement that is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the 11 A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 Attachment Code: D512366 Master TD: 1397399, Certificate ID: 23013611 POLICY NUMBER: GL 6676705 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Any Person or Organization as required by written contract or agreement that is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. 11 The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 Attachment Code: D547141 Master TD: 1397399, Certificate ID: 23013611 POLICY NUMBER: GL 6676705 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 Attachment Code: D512368 Master TD: 1397399, Certificate ID: 23013611 POLICY NUMBER: CA 6676704 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MARIO STNACOZA & SONS EXCAVATING, INC Endorsement Effective Date: 2/ 2 8/ 2 0 2 6 SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization as required by written contract or agreement that is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Attachment Code: D512364 Master TD: 1397399, Certificate ID: 23013611 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART SCHEDULE Name Of Person Or Organization: Any Person or Organization as required by written contract or agreement that is executed prior to the loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CHANGE We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for "bodily injury" or "property damage" to which this insurance applies, caused by an "accident" and resulting from the ownership, maintenance or use of a covered "auto". This waiver applies only to the person or organization shown in the Schedule above. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 2/28/2026 Policy No. CA 6676704 Endorsement No. Named Insured MARIO SINACOLA & SONS EXCAVATING, INC Insurance Company Safety National Casualty Corporation Countersigned By Premium $ Included SNCA 027 10 13 Safety National Casualty Corporation Page 1 of 1 Attachment Code: D580710 Master TD: 1397399, Certificate ID: 23013611 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART CHANGE The following new provision is added to A. Cancellation of the COMMON POLICY CONDITIONS or such other applicable state cancellation endorsement: As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 2 / 2 8 / 2 0 2 6 Policy No. CA 6676704 Endorsement No. Named Insured MARIO SINACOLA & SONS EXCAVATING, INC Insurance Company Safety National Casualty Corporation Countersigned By Premium $ Included SNCA 039 10 13 Safety National Casualty Corporation Page 1 of 1 Attachment Code: D545570 Master TD: 1397399, Certificate ID: 23013611 Auto Policy Number: CA 6676704 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 Attachment Code: D512358 Master ID: 1397399, Certificate ID: 23013611 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ANY PERSON OR ORGANIZATION AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT THAT IS EXECUTED PRIOR TO THE LOSS. THIS FORM APPLIES ONLY TO THE FOLLOWING STATE(S) IF COVERED BY YOUR POLICY. IF A STATE IS NOT LISTED BELOW, THIS FORM DOES NOT APPLY IN THAT STATE. OK This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 2 / 2 8 / 2 0 2 6 Policy No. LDC4068680 Endorsement No. Insured MARIO SINACOLA & SONS EXCAVATING, INC. Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By WC 00 03 13 (04 84) ©1983 National Council on Compensation Insurance. Page 1 of 1 Attachment Code: D635394 Master TD: 1397399, Certificate ID: 23013611 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 99 35 SPECIAL NOTICE OF CANCELLATION SERVICE PROVIDED TO IDENTIFIED THIRD PARTIES ENDORSEMENT As a special service to you, if we cancel this policy for any reason other than non-payment of premium, within thirty (30) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. As a special service to you, if we cancel this policy for non-payment of premium, within ten (10) days prior to the effective date of cancellation, we will mail a copy of such written notice of cancellation to all third persons whose name and address have, during the applicable policy period, been placed on file with us through your broker of record due to third party contractual requirements relating to such notice. If we have been provided with an electronic address of such third parties, at our election we may send notice of cancellation to such third parties by electronic mail. Notice of cancellation of coverage provided to a certificate holder is a courtesy only. Failure to provide such notice will not extend the policy cancellation date, negate the cancellation of the policy, nor confer any rights nor expectations upon the certificate holder nor subject us, our agents nor representatives to liability for failure to provide notice. THIS FORM APPLIES ONLY TO THE FOLLOWING STATE(S) IF COVERED BY YOUR POLICY. IF A STATE IS NOT LISTED BELOW, THIS FORM DOES NOT APPLY IN THAT STATE. OK This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 2/28/2026 Policy No.LDC4068680 Endorsement No. Insured MARIO SINACOLA & SONS EXCAVATING, INC. Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By WC 99 99 35 (07 12) Page 1 of 1 Attac*oA s t)O1Pt`NAmtoM)ANb-VftLQDYLfRocL1RB?f3fVY4 ISURANCE POLICY WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. SCHEDULE 1. () Specific Waiver (X) Blanket Waiver Any Person or Organization as required by written contract or agreement that is ex :cuted prior to the loss. 2. Operations: 3. Premium: $ The premium charge for this endorsement shall be percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 2/28/2026 Policy No.LDC4068680 Endorsement No. Named Insured MARIO SINACOLA & SONS EXCAVATING, INC. Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By WC 42 03 04 B (06 14) © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. 0062 13-1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 62 13 4411896 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Acadia Services, LLC known as 8 "Principal" herein and FCCI Insurance Company , a corporate 9 surety(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, Quail Valley 11 Devco IVB, LLC , authorized to do business in Texas ("Developer") and the City of Fort Worth, a 12 Texas municipal corporation ("City"), in the penal sum of, Five Hundred Eleven Thousand 13 Nine Hundred Fifty Two and 25/100 Dollars ($ 511,952,25 ) 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment 15 of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, 16 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 17 severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CFA Number CFA26-0023;and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 12th day of March , 20 26, which Contract is hereby referred to and made a part 23 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 24 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 25 provided for in said Contract designated as Paving, Drainage, Street Lighting, Water, & Sewer 26 Improvements to Serve Walsh Ranch P4A-Customs Phase B-1. 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 29 perform the Work, including Change Orders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 8 instrument by duly authorized agents and officers on this the 25th day of 9 , 2026 . 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 46 47 ATTEST: an�_4_1 (Pr (3ipal) Se ry Witness a o Principal Witness as to Surety PRINCIPAL: Acadia Services. LLC BY: Signature March .t+ %,i L. -, Kati C.ED Name and Title Address: 351 W Southlake Blvd Southlake. TX 76092 SURETY: FCCI Insurance Company B. nature Kaylee Parise, Attorney -in -Fact Name and Title Address: 6300 University Parkway Sarasota, FL 34240-8424 Telephone Number: (800) 226-3224 �XAANCF SEAL 1�94 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its hailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 006214-1 PAYMENT BOND Page 1 of 2 1 SECTION 00 62 14 4411896 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Acadia Services, LLC known as 8 "Principal" herein, and FCCI Insurance Company I a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, 10 known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, 11 Quail Valley Devco IVB, LLC , authorized to do business in Texas "(Developer"), and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the penal sum 13 of Five Hundred Eleven Thousand Nine Hundred Fifty Two and 25/100 Dollars ($ 511,952.25 ) 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment 15 of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, 20 CFA Number CFA26-0023;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, awarded 22 the 12th day of March , 2026 , which Contract is hereby referred to and 23 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 24 labor and other accessories as defined by law, in the prosecution of the Work as provided for in said 25 Contract and designated as Paving, Drainage, Street Lighting, Water, & Sewer Improvements to 26 Serve Walsh Ranch P4A-Customs Phase B-1. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal 28 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of 29 the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then 30 this obligation shall be and become null and void; otherwise to remain in full force and effect. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 25th day of 6 March , 20 26 . 7 8 9 10 11 12 13 14 ATTEST: (P cipal) Secretary - a'4 Witness as to Principal ATTEST: N/A (Surety) Secretary Witness as to Surety PRINCIPAL: Acadia Services, LLC R.- Signature .�-�%• �- �.Ho,.� , LLB Name and Title Address: 351 W Southlake Blvd Southlake, TX 76092 SURETY: FCCI Insurance Company IIn„, B =,,U�coaPc�F '� .z Sig ure Kaylee Parise, Attorney -in -Fact ., ocetc� Name and Title Address: 6300 University Parkway Sarasota. FL 34240-8424 Telephone Number: (800) 226-3224 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 00 62 19 - 1 MAINTENANCE BOND Pagel of 3 4411896 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Acadia Services, LLC , known as 8 "Principal" herein and FCCI Insurance Company , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the Developer, Quail Valley Devco IVB, LLC 11 , authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas 12 municipal corporation ("City"), in the sum of Five Hundred Eleven Thousand Nine Hundred Fifty Two and 251100 13 Dollars ($ 511,952.25 ) lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the 15 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CFA Number CFA26-0023;and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 12th day of March , 20 26 , which Contract is hereby 23 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 Work, 25 including any Work resulting from a duly authorized Change Order (collectively herein, the 26 "Work") as provided for in said Contract and designated as Paving, Drainage, Street Lighting, 27 Water, & Sewer Improvements to Serve Walsh Ranch P4A-Customs Phase B-1; and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will remain 31 free from defects in materials or workmanship for and during the period of two (2) years after the 32 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 33 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-I STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 2 receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 6 any defective Work, for which timely notice was provided by Developer or City, to a completion 7 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full 8 force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such defective 12 Work to be repaired and/or reconstructed with all associated costs thereof being borne by the 13 Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 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 successive 20 recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 25th day of March 3 , 2026 4 5 PRINCIPAL: 6 Acadia Services, LLC 7 8 9 BY: 10 Signature 11 ATTEST: 12 13 14 (Principal) cretary V Name and Title 15 16 Address: 351 W Southlake Blvd 17 Southlake. TX 76092 18 19 r 20 M tness as to 15rincipal 21 SURETY: 22 FCCI Insurance Company _ 23 '�ANC 24 L 25 BY. 26 S' nature zLL 8FkAT {. 27 i 1994 . 28 Kaylee Parise, Attorney -in -Fact �k,or 29 ATTEST: Name and Title 30 31 N/A Address: 6300 University Parkway 32 (Surety) etary Sarasota, FL 34240-8424 33 34 35 itness as to Surety Telephone Number: (800) 226-3224 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If Surety's 39 physical address is different from its mailing address, both must be provided. 40 41 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-I STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 FCCIINSOUPGt: �c,>z GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Allen Bale; Chris Brower; Dana Mickey; Dane Bubela; Daniel Cokenour; Ericka Hamman; Nikki Adams; Greg Wilkerson; Jason Nobles; Margery Hall; Parker Hamilton; Samantha Kato; Eyvoune Cantu; Raul Barberena, Jr. ; Blake Thurmond; Melynda Montgomery; Kaylee Parise Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $40,000,000.00): $40,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 20th day of December, 2024. Attest: ✓�C�— : • oNvL);14,1"�r- Christina D. Welch, President 'LL : `' s `,7% Christopher Shoucair, FCCI Insurance Company SEAL - EVP, CFO, Treasurer, Secretary FZoR,pF.-` FCCI Insurance Company State of Florida .•,..• County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2027 ::; PEccrsNow M0,0'. C0MM 40n8H+ Notary Public E*W FWUM V.202y State of Florida County of Sarasota Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2027 40,; �''��!'�` dWW#PEGGYrH32M �^ CamN.don f HH 3265�6 EY*U W UWy27.2W Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. 4.1, Dated this 25th day of March 2026 e •���C`i.4Qggj,•GZi,Q 's Christopher Shoucair, EVP, CFO, Treasurer, Secretary FCCI Insurance Company 1-IONA-3592-NA-04, 112025 ',•,�.M �(•.} 1� a; IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)" toll -free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaints(c�fcci-group.co_m. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim(a)fcci-group.com You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance. - PO Box 149104 Austin TX 78714-9104 Fax: 1-512-490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtections(cD-tdi.texas. gov PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. "The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1-BD-TX-21690-NTP-07 15 Page 1 of 1 Copyright 2015 FCCI Insurance Group. Bond #108444359 006213-1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Mario Sinacola & Sons Excavating, Inc. , known as 8 "Principal" herein and Travelers Casualty and Surety Company of America , a corporate 9 surety(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, Quail 11 Valley Devco IVB LLC obo Republic Property Group, authorized to do business in Texas 12 ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal 13 SUM of, Three Hundred Seventy Nine Thousand Six Hundred Seventeen and 70/100 Dollars 14 ($ 379,617.70 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the 16 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, 17 successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CFA Number CFA26-0023,and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 14th day of March , 20 26 , which Contract is hereby referred to and made a part 23 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 24 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 25 provided for in said Contract designated as Paving, Drainage, Street Lighting, Water, & Sewer 26 Improvements to Serve Walsh Ranch P4A-Customs Phase B-1. 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 29 perform the Work, including Change Orders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 I PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be detennined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 8 instrument by duly authorized agents and officers on this the 14th day of March 9 2026 . 10 PRINCIPAL: 11 Mario in co & ns Ex eating, Inc. 12 13 14 BY: 15 Signature 16 JATET: 17 18 Harlan Jones, Vice President 19 (Principa Secretary Name and Title 20 Joseph Sinacola 21 Address: 10950 Research Road 22 Frisco, TX 75033 23 - 24 25 Witness as to Pr cipal 26 Stephen Scott V.P. SURETY: 27 ' Travelers Casualty and Surety Company of America 28 29l30 BY: 31 YSinatulrep�_ 32 33 Sophinie Hunter, Attomey-In-Fact 34 Name and Title 35 36 Address: One Tower Square, S102A 37 Hartford, CT 06183 38 39 40 Witness as to Surety Telephone Number: 214-989-0000 41 42 43 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 44 from the by-laws showing that this person has authority to sign such obligation. If Surety's 45 physical address is different from its mailing address, both must be provided. 46 47 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 Bond #108444359 006214-1 PAYMENT BOND Page 1 of 2 I SECTION 00 6214 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Mario Sinacola & Sons Excavating, Inc. known as 8 "Principal" herein, and Travelers Casualty and Surety Company of America ,a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, 10 known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, 11 Quail Valley Devco IVB, LLC obo Republic Property Group, authorized to do business in Texas 12 "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), 13 In the penal sum of Three Hundred Seventy Nine Thousand Six Hundred Seventeen and 70/100 Dollars 14 ($ 379,617.70 ) lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas, for the payment of which sum well and truly be made jointly unto the Developer 16 and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors 17 and assigns, jointly and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, 20 CFA Number CFA26-0023;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, awarded 22 the 14th day of March , 2026 , which Contract is hereby referred to and 23 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 24 labor and other accessories as defined by law, in the prosecution of the Work as provided for in said 25 Contract and designated as Paving, Drainage, Street Lighting, Water, & Sewer Improvements to 26 Serve Walsh Ranch P44-Customs Phase B-1. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal 28 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of 29 the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then 30 this obligation shall be and become null and void; otherwise to remain in full force and effect. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 14th day of 6 March , 20 26 7 A T: (Principal) Secret Josep Sinacola Witness as to Pri ipal Stephen Sc tt, V.P, ATTEST: "- 01Lf'L1414 _. (Surety) Secretary PRINCIPAL: Mario Sinarola & S Harlan Jones, Vi Name and Title Address: 10950 Research Road Frisco, TX 75033 SURETY: Travelers Casualty and Surety Company of America B Y: AN� Signattire Sophinie Hunter, Attorney -In -Fact Name and Title Address: One Tower Square, S102A Hartford, CT 06183 Witness as to NSure 8 Telephone Number: 214-989-0000 9 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 10 showing that this person has authority to sign such obligation. If Surety's physical address is different 11 from its mailing address, both must be provided. 12 13 The date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 Bond #108444359 1 2 3 4 5 6 7 SECTION 00 6219 MAINTENANCE BOND 0062 19- 1 MAINTENANCE BOND Page 1 of 3 known as 8 "Principal" herein and Travelers Casualty and Surety Company of America , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the Developer, Quail Valley Devco IVB 11 LLC obo Republic Property Group, authorized to do business in Texas ("Developer") and the City of 12 Fort Worth, a Texas municipal corporation ("City"), in the sum Of Three Hundred Seventy Nine Thousand Six Hundred Seventeen and 70/100 13 Dollars ($ 379,617.70 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer 15 and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly and severally, firmly by these presents. 17 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Mario Sinacola & Sons Excavatinn Inr 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CFA Number CFA26-0023;and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 14th day of March , 20 26 , which Contract is hereby 23 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 Work, 25 including any Work resulting from a duly authorized Change Order (collectively herein, the 26 "Work") as provided for in said Contract and designated as Paving, Drainage, Street Lighting, 27 Water, & Sewer Improvements to Serve Walsh Ranch P4A-Customs Phase B-1; and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will remain 31 free from defects in materials or workmanship for and during the period of two (2) years after the 32 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 33 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 006219-2 MAINTENANCE BOND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective. Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 I K 3 M. 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 14th day of , 20 26 5 6 7 8 9 10 11 ATEST: 12 13 14 (Principal) Secretary 15 Joseph inacola 16 17 18 19 20 Witness as to Princ- al 21 Stephen Scott, V.P. 22 23 24 25 26 27 28 29 ATTEST: 30 31 32 33 ` �(Surety) Seckj 34r��°�. 35 Witness as to Surety 36 PRINCIP Mario Sivl Harlan Jones, Vice President Name and Title KA-1% Address: 10950 Research Road Frisco, TX 75033 SURETY: Travelers Casualty and Surety Company of America BY: — Si nature Sophinie Hunter, Attorney -In -Fact Name and Title Address: One Tower Square, S102A Hartford, CT 06183 Telephone Number: 214-989-0000 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If Surety's 39 physical address is different from its mailing address, both must be provided. 40 41 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised January 31, 2012 Travelers Casualty and Surety Company o -America >� Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Flaul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Sophinie Hunter of DALLAS , Texas their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. of e",7 State of Connecticut' By: City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice Fresident of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purpo Ies therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. +r°, My Commission expires the 30th day of June, 2026 a+ x Anna P. Nowik, Notary Public This Flower of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Atto neys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or () duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certi icate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any ower of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and ertified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or undE rstanding to which it is attached. I, Kev n E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true an, correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Powerof Attorney is attached, TRAVELERS'.., IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America , for information or to make a complaint at: Travelers Bond Attn: Claims One Tower Square, S102A Hartford, CT 06183 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 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 Article2 —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 ................................................ 23Indemnification 24 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 5.18 Delegation of Professional Design Services 5.19 Right to Audit: .............................................. 5.20 Nondiscrimination ........................................ 24 25 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 Article9 — 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 Article12 — 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 Article14 — 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 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 orforms. 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 followingpublic facilities within the City public right -of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right -of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 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 1. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions In. 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 theAgreement. 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. IS. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 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 theAgreement. 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 theAgreement. 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 theProject. 28. Regular Working Hours —Hours beginning at 7:00 a.m. and ending at 6:00p.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 bejudged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 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 theSite. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a.m. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 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 ContractDocuments. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 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 Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non - Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 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 and4.02.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 0073 10-8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 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 parry 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 parry 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. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit A. 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 eachoccurrence 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. B. 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 andnon-owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 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 B. 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: 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. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: b. Each Occurrence:: N 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 - way, the Contractor may be required to provide separate insurance policies in the name of CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 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 repairwork 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. C. 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. D. 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 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 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: 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 0073 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 byparticipating 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 0073 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 0125 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 0073 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: ❑ Required for this Contract. Q 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. Q 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 31 st 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 IIth 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) CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 years following the date of acceptance of the work, maintain records that show (i) the name and 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 OtherAreas A. Limitation on Use of Site and OtherAreas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 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 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 indemnijy 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 Per 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 endangerit. 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 show changes made during construction. These record documents together with all approved 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 concept of the completed Project as a functioning whole as indicated by the Contract Documents. 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. 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 causedby: 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; 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; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 6. any inspection, test, or approval by others; or 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 4.02.13. 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 ofactions. 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 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. 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 Cityfunds 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 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. ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 8.04 Determinationsfor Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 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. ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 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. 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 anegative result and require a retest. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 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 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 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 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 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: 1. within 10 days, City will schedule a Final Inspection with Contractor. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2 consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the otherparty. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receivingparty. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 0073 10-35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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 Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 106427 Revised December 20, 2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 106427 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 106427 Revised December 20, 2012 SECTION 0125 00 SUBSTITUTION PROCEDURES 16A.1 IKEID104a 0 M1 r 1.1 SUMMARY A. Section Includes: 012500-1 DAP SUBSTITUTION PROCEDURES Pagel of 5 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 5 a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, 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 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 5 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. 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 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 Revision Log DATE NAME SUMMARY OF CHANGE EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 5 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. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 012500-5 DAP SUBSTITUTION PROCEDURES Submitted By: For Use by City Signature _ Recommended Recommended as noted Firm Not recommended Received late Remarks Address By Date Date Telephone For Use by City: _Approved -Rejected City Date Page 5 of 5 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 SECTION 013119 PRECONSTRUCTION MEETING Q!I 040 04.31 Il InW"105 ► M'Ald A. Section Includes: 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page I of 3 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 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 Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 0131 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 1. Insurance Renewals in. 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 J. Questions or Comments 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 Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 130 IM112M XON y (1301 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Pagel of2 SECTION 0132 33 PRECONSTRUCTION VIDEO 16A.1R FIFQe10400M1I 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 SUBMITTALSANFORMATIONAL 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 Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 013233-2 DAP PRECONSTRUCTION VIDEO Page 2 of2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS Q!I 0004.3\ Il A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 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 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 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 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 When submitting shop drawings or samples, utilize a 9-character submittal crossreference 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: 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 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 '/2 inches x 11 inches to 8 1/2 inches x 11 inches. 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 Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 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 Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 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 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 Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 013300-5 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. 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 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 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. 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. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 b. Code 2 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 Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 013300-7 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] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised August 30, 2013 013513-1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- 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 standard 28 published at the time of the latest revision date logged at the end of this Specification, unless 29 a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High 31 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 Department of 37 Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work therein in 39 accordance with the provisions of the permit CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106427 Revised August, 30, 2013 0135 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 compliance with 2 and subject to approval from the Texas Department of Transportation 3 B. Work near High Voltage Lines 4 1. Regulatory Requirements 5 a. All Work near High Voltage Lines (more than 600 volts measured between conductors 6 or between a conductor and the ground) shall be in accordance with Health and Safety 7 Code, Title 9, Subtitle A, Chapter 752. 8 2. Warning sign 9 a. Provide sign of sufficient size meeting all OSHA requirements. 10 3. Equipment operating within 10 feet of high voltage lines will require the following safety 11 features 12 a. Insulating cage -type of guard about the boom or arm 13 b. Insulator links on the lift hook connections for back hoes or dippers 14 c. Equipment must meet the safety requirements as set forth by OSHA and the safety 15 requirements of the owner of the high voltage lines 16 4. Work within 6 feet of high voltage electric lines 17 a. Notification shall be given to: 18 1) The power company (example: ONCOR) 19 a) Maintain an accurate log of all such calls to power company and record action 20 taken in each case. 21 b. Coordination with power company 22 1) After notification coordinate with the power company to: 23 a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the 24 lines 25 c. No personnel may work within 6 feet of a high voltage line before the above 26 requirements have been met. 27 C. Confined Space Entry Program 28 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA 29 requirements. 30 2. Confined Spaces include: 31 a. Manholes 32 b. All other confined spaces in accordance with OSHA's Permit Required for Confined 33 Spaces 34 D. Use of Explosives, Drop Weight, Etc. 35 1. When Contract Documents permit on the project the following will apply: 36 a. Public Notification 37 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to 38 commencing. 39 2) Minimum 24 hour public notification in accordance with Section 013 1 13 40 E. Water Department Coordination 41 1. During the construction of this project, it will be necessary to deactivate, for a period of 42 time, existing lines. The Contractor shall be required to coordinate with the Water 43 Department to determine the best times for deactivating and activating those lines. 44 2. Coordinate any event that will require connecting to or the operation of an existing City 45 water line system with the City's representative. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106427 Revised August, 30, 2013 0135 13 - 3 DAP SPECIAL PROJECT PROCEDURES 1 2 3 4 5 6 7 8 9 10 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 46 47 48 Page 3 of 7 a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106427 Revised August, 30, 2013 0135 13 - 4 DAP SPECIAL PROJECT PROCEDURES 1 2 3 4 5 6 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 I Page 4 of 7 d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106427 Revised August, 30, 2013 0135 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 12 13 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.33 — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106427 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 01 35 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: NOTICE OF CONSTRUCTION THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> m Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106427 Revised August, 30, 2013 1 2 3 0135 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FoR� DOE NO. XXXX Project Hanw. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT T"IS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) ('TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106427 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Pagel of 2 SECTION 0145 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 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. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 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 D. 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised March 20, 2020 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 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 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 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 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. 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 Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 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 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 E. Dust Control 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] CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 SECTION 0155 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. 1llci: a t -Wraml 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. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 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 SUBMITTALSANFORMATIONAL 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 Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised July 1, 2011 0157 13- 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 5713 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 3125 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 3125 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. B. Construction Activities resulting in: CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised July 1, 2011 0157 13 -2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 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) 3926088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 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 3125 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 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised July 1, 2011 0157 13 -3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 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 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Pagel of 2 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: httys:Happs.fortworthtexas.2ov/ProiectResources/ 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 0133 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] CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised March 20, 2020 01 6000 DAP PRODUCT REQUIREMENTS Page 2 of 2 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 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 3 SECTION 0166 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 SUBMITTALSANFORMATIONAL 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 Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 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. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 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 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Pagel of 4 SECTION 0170 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 CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 017000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 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) CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 d. No payments will be made for standby, idle time, or lost profits associated this Item. 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.I.A.3.a.1) 2) Demobilization as described in Section I.I.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 I.I.A.4.a) 2) Demobilization as described in Section 1.I.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] CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION 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] 7\.711�tc�:� D[�lly Y [�]►`i�[�71 Ilif.`1 �17� END OF SECTION Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 7 1 SECTION 01 71 23 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL - - 1ff1u--:_I M 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B.Deviations from this City of Fort Worth Standard Specification 8 1. See Changes (Highlighted in Yellow). 9 C.Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 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 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. 3. As -Built 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. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised February 14, 2018 017123-2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1 1.3 REFERENCES 2 A.Definitions 3 1. Construction Survey - The survey measurements made prior to or while construction is in 4 progress to control elevation, horizontal position, dimensions and configuration of 5 structures/improvements included in the Project Drawings. 6 2. As -built Survey —The measurements made after the construction of the improvement 7 features are complete to provide position coordinates for the features of a project. 8 3. Construction Staking — The placement of stakes and markings to provide offsets and 9 elevations to cut and fill in order to locate on the ground the designed 10 structures/improvements included in the Project Drawings. Construction staking shall 11 include staking easements and/or right of way if indicated on the plans. 12 4. Survey "Field Checks" — Measurements made after construction staking is completed and 13 before construction work begins to ensure that structures marked on the ground are 14 accurately located per Project Drawings. 15 B. Technical References 16 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) 17 — 01 71 23.16.01_ Attachment A_Survey Staking Standards 18 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's 19 Buzzsaw website). 20 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 21 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 22 Surveying in the State of Texas, Category 5 23 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A.The Contractor's selection of a surveyor must comply with Texas Government Code 2254 26 (qualifications based selection) for this project. 27 1.5 SUBMITTALS 28 A.Submittals, if required, shall be in accordance with Section 0133 00. 29 B. All submittals shall be received and reviewed by the City prior to delivery of work. 30 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 31 A.Field Quality Control Submittals 32 1. Documentation verifying accuracy of field engineering work, including coordinate 33 conversions if plans do not indicate grid or ground coordinates. 34 1. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 35 71 23.16.01— Attachment A — Survey Staking Standards). 36 37 1.7 CLOSEOUT SUBMITTALS 38 B. As -built Redline Drawing Submittal CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised February 14, 2018 017123-3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 2 constructed improvements signed and sealed by Registered Professional Land Surveyor 3 (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking 4 Standards) . 5 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one 6 (1) week prior to scheduling the project final inspection for City review and comment. 7 Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to 8 the City prior to scheduling the construction final inspection. 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A.Construction Staking 12 1. Construction staking will be performed by the Contractor. 13 2. Coordination 14 a. Contact City and Developer's Project Representative at least one week in advance 15 notifying the City of when Construction Staking is scheduled. 16 b. It is the Contractor's responsibility to coordinate staking such that construction 17 activities are not delayed or negatively impacted. 18 3. General 19 a. Contractor is responsible for preserving and maintaining stakes. If City surveyors or 20 Developer's Project Representative are required to re -stake for any reason, the 21 Contractor will be responsible for costs to perform staking. If in the opinion of the 22 City, a sufficient number of stakes or markings have been lost, destroyed disturbed or 23 omitted that the contracted Work cannot take place then the Contractor will be required 24 to stake or re -stake the deficient areas. 25 B. Construction Survey 26 1. Construction Survey will be performed by the Contractor. 27 2. Coordination 28 a. Contractor to verify that horizontal and vertical control data established in the design 29 survey and required for construction survey is available and in place. 30 3. General 31 a. Construction survey will be performed in order to construct the work shown on the 32 Construction Drawings and specified in the Contract Documents. 33 b. For construction methods other than open cut, the Contractor shall perform 34 construction survey and verify control data including, but not limited to, the following: 35 1) Verification that established benchmarks and control are accurate. 36 2) Use of Benchmarks to furnish and maintain all reference lines and grades for 37 tunneling. 38 3) Use of line and grades to establish the location of the pipe. 39 4) Submit to the City copies of field notes used to establish all lines and grades, if 40 requested, and allow the City to check guidance system setup prior to beginning each 41 tunneling drive. 42 5) Provide access for the City, if requested, to verify the guidance system and the line 43 and grade of the carrier pipe. 44 6) The Contractor remains fully responsible for the accuracy of the work and 45 correction of it, as required. 46 7) Monitor line and grade continuously during construction. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 017123-4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 7 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as -built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised February 14, 2018 017123-5 DAP CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 i)Underground Vaults 2 (1) Rim and flowline elevations and coordinates for each 3 Underground Vault. 4 3) Sanitary Sewer 5 a) Cleanouts 6 (1) Rim and flowline elevations and coordinates for each 7 b) Manholes and Junction Structures 8 (1) Rim and flowline elevations and coordinates for each manhole 9 and junction structure. 10 4) Stormwater — Not Applicable 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY 14 PART 2 - PRODUCTS 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions 35 PART 3 - EXECUTION 36 3.1 INSTALLERS 37 A. Tolerances: CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised February 14, 2018 017123-6 DAP CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 1. The staked location of any improvement or facility should be as accurate as practical and 2 necessary. The degree of precision required is dependent on many factors all of which must 3 remain judgmental. The tolerances listed hereafter are based on generalities and, under 4 certain circumstances, shall yield to specific requirements. The surveyor shall assess any 5 situation by review of the overall plans and through consultation with responsible parties as 6 to the need for specific tolerances. 7 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 8 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. 9 tolerance. 10 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 11 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways 12 shall be located within the confines of the site boundaries and, occasionally, along a 13 boundary or any other restrictive line. Away from any restrictive line, these facilities 14 should be staked with an accuracy producing no more than 0.05ft. tolerance from their 15 specified locations. 16 d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric 17 lines, shall be located horizontally within their prescribed areas or easements. Within 18 assigned areas, these utilities should be staked with an accuracy producing no more than 19 0.1 ft tolerance from a specified location. 20 e. The accuracy required for the vertical location of utilities varies widely. Many 21 underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be 22 maintained. Underground and overhead utilities on planned profile, but not depending 23 on gravity flow for performance, should not exceed 0.1 ft. tolerance. 24 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 25 specifications or in compliance to standards. The City reserves the right to request a calibration 26 report at any time and recommends regular maintenance schedule be performed by a certified 27 technician every 6 months. 28 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the 29 closures and tolerances expressed in Part 3.1.A. 30 2. Vertical locations shall be established from a pre -established benchmark and checked by 31 closing to a different bench mark on the same datum. 32 3. Construction survey field work shall correspond to the client's plans. Irregularities or 33 conflicts found shall be reported promptly to the City. 34 4. Revisions, corrections and other pertinent data shall be logged for future reference. 35 36 3.2 EXAMINATION [NOT USED] 37 3.3 PREPARATION [NOT USED] 38 3.4 APPLICATION 39 3.5 REPAIR / RESTORATION 40 A. If the Contractor's work damages or destroys one or more of the control monuments/points set 41 by the City or Developer's Project Representative, the monuments shall be adequately referenced 42 for expedient restoration. 43 1. Notify City or Developer's Project Representative if any control data needs to be restored or 44 replaced due to damage caused during construction operations. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised February 14, 2018 017123-7 DAP CONSTRUCTION STAKING AND SURVEY Page 7 of 7 1 a. Contractor shall perform replacements and/or restorations. 2 b. The City or Developer's Project Representative may require at any time a survey 3 "Field Check" of any monument or benchmarks that are set be verified by the City 4 surveyors or Developer's Project Representative before further associated work can 5 move forward. 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 FIELD [OR] SITE QUALITY CONTROL 8 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City or 9 Developer's Project Representative in accordance with this Specification. This includes 10 easements and right of way, if noted on the plans. 11 B. Do not change or relocate stakes or control data without approval from the City. 12 3.8 SYSTEM STARTUP 13 A. Survey Checks 14 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 15 2. Checks by City personnel or Yd party contracted surveyor are not intended to relieve the 16 contractor of his/her responsibility for accuracy. 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 24 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised February 14, 2018 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 74 23 - 1 DAP CLEANING Page 1 of 4 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 a Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. b 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. 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 017423-2 DAP CLEANING Page 2 of 4 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] f►*405 I11 Li 04-7s1 &I A. Cleaning Agents a Compatible with surface being cleaned b New and uncontaminated c 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 1 General i Prevent accumulation of wastes that create hazardous conditions. ii Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. iii Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. iv Dispose of degradable debris at an approved solid waste disposal site. v Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. vi Handle materials in a controlled manner with as few handlings as possible. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 017423-3 DAP CLEANING Page 3 of 4 vii Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. viii Remove all signs of temporary construction and activities incidental to construction of required permanent Work. ix 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. x Do not burn on -site. 2 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. 3 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. i 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. ii Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. iii If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. iv Clean signs, lights, signals, etc. a CLOSEOUT ACTIVITIES [NOT USED] b PROTECTION [NOT USED] c MAINTENANCE [NOT USED] d ATTACHMENTS [NOT USED] CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 01 7719 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY 1 Section Includes: a The procedure for closing out a contract 2 Deviations from this City of Fort Worth Standard Specification a None. 3 Related Specification Sections include, but are not necessarily limited to: a Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract b 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 Guarantees, Bonds and Affidavits 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. 2 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. 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] CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE 1 Prior to requesting Final Inspection, submit: i Project Record Documents in accordance with Section 0178 39 ii Operation and Maintenance Data, if required, in accordance with Section 0178 23 2 Prior to requesting Final Inspection, perform final cleaning in accordance with Section 0174 23. 3 Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. 1 The City will make an initial Final Inspection with the Contractor present. 2 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. i 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. ii 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. iii 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 1 Adequate oil and grease as required for the first lubrication of the equipment 2 Initial fill up of all chemical tanks and fuel tanks 3 Light bulbs 4 Fuses 5 Vault keys 6 Handwheels 7 Other expendable items as required for initial start-up and operation of all equipment 4 Notice of Project Completion 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). 5 Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: 1 Final Payment Request 2 Statement of Contract Time 3 Affidavit of Payment and Release of Liens 4 Consent of Surety to Final Payment 5 Pipe Report (if required) 6 Contractor's Evaluation of City 7 Performance Evaluation of Contractor 6 Letter of Final Acceptance CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 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. 3.1 REPAIR / RESTORATION [NOT USED] 3.2 RE -INSTALLATION [NOT USED] 3.3 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.4 SYSTEM STARTUP [NOT USED] 3.5 ADJUSTING [NOT USED] 3.6 CLEANING [NOT USED] 3.7 CLOSEOUT ACTIVITIES [NOT USED] 3.8 PROTECTION [NOT USED] 3.9 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: a Product data and related information appropriate for City's maintenance and operation of products furnished under Contract b Such products may include, but are not limited to: i Traffic Controllers ii Irrigation Controllers (to be operated by the City) iii Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification a None. C. Related Specification Sections include, but are not necessarily limited to: a Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract b 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 3 Prepare data in form of an instructional manual for use by City personnel. 4 Format i Size: 8 %2 inches x 11 inches ii Paper 1 40 pound minimum, white, for typed pages 2 Holes reinforced with plastic, cloth or metal CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 1. Text: Manufacturer's printed data, or neatly typewritten 2. Drawings a Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. B. Provide fly -leaf for each separate product, or each piece of operating equipment. a Provide typed description of product, and major component parts of equipment. b Provide indexed tabs. C. Cover a Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". b List: 1 Title of Project 2 Identity of separate structure as applicable 3 Identity of general subject matter covered in the manual 1 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. 2 If available, provide an electronic form of the O&M Manual. 1 Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order 1 Contractor, name of responsible principal, address and telephone number 2 A list of each product required to be included, indexed to content of the volume 3 List, with each product: a The name, address and telephone number of the subcontractor or installer b A list of each product required to be included, indexed to content of the volume c Identify area of responsibility of each d 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 1 Include only those sheets which are pertinent to the specific product. 2 Annotate each sheet to: a Clearly identify specific product or part installed b Clearly identify data applicable to installation c Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: a Relations of component parts of equipment and systems b Control and flow diagrams 1 Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. 2 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. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: a Proper procedures in event of failure b Instances which might affect validity of warranties or bonds 2 Manual for Materials and Finishes i Submit 5 copies of complete manual in final form. ii Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products a Catalog number, size, composition b Color and texture designations c Information required for reordering special manufactured products b. Instructions for care and maintenance a Manufacturer's recommendation for types of cleaning agents and methods b Cautions against cleaning agents and methods which are detrimental to product c Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products a Applicable standards b Chemical composition c Details of installation b. Instructions for inspection, maintenance and repair 3 Manual for Equipment and Systems i Submit 5 copies of complete manual in final form. ii Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts a Function, normal operating characteristics and limiting conditions b Performance curves, engineering data and tests c Complete nomenclature and commercial number of replaceable parts b. Operating procedures a Start-up, break-in, routine and normal operating instructions b Regulation, control, stopping, shut -down and emergency instructions c Summer and winter operating instructions d Special operating instructions c. Maintenance procedures a Routine operations b Guide to "trouble shooting" c Disassembly, repair and reassembly d Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required 1 Manufacturer's printed operating and maintenance instructions 2 Description of sequence of operation by control manufacturer CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 a Predicted life of parts subject to wear b Items recommended to be stocked as spare parts 1 As installed control diagrams by controls manufacturer 2 Each contractor's coordination drawings 1) As installed color coded piping diagrams a Charts of valve tag numbers, with location and function of each valve b List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage c 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 i Function, normal operating characteristics, and limiting conditions ii Performance curves, engineering data and tests iii Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards i Electrical service ii Controls iii Communications a As installed color coded wiring diagrams b Operating procedures i Routine and normal operating instructions ii Sequences required iii Special operating instructions e. Maintenance procedures i Routine operations ii Guide to "trouble shooting" iii Disassembly, repair and reassembly iv Adjustment and checking a Manufacturer's printed operating and maintenance instructions b List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage c 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. a CLOSEOUT SUBMITTALS [NOT USED] b MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: a Trained and experienced in maintenance and operation of described products b Skilled as technical writer to the extent required to communicate essential data c Skilled as draftsman competent to prepare required drawings 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1—title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase 13-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 1.1 SUMMARY 1 Section Includes: a Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings 1. Water Meter Service Reports 2. Sanitary Sewer Service Reports 3. Large Water Meter Reports 2 Deviations from this City of Fort Worth Standard Specification a None. 3 Related Specification Sections include, but are not necessarily limited to: a Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract b 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 SUBMITTALSANFORMATIONAL 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 Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 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 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. b 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] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS 1 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. 2 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. ACCESSORIES [NOT USED] b SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1 Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2 Preservation 1 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. 2 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. 3 Maintain the job set at the site of work. 1 Coordination with Construction Survey a At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 2 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. 3 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. i Final physical arrangement is determined by the Contractor, subject to the City's approval. n 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. i Final physical arrangement is determined by the Contractor, subject to the City's approval. ii Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). iii Make all identification sufficiently descriptive that it may be related reliably to the Specifications. 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 i Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. ii Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. iii Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 iv Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents 1 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. 2 If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Walsh Ranch P4A-Customs Phase B-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106427 Revised April 7, 2014 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC 4.06 14azar-detis Envir-enmeffW Condition at Site GR-O 1 60 00 Product Requirements GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CFW Lighting Approved Products List CFW Product Name Manufacturer Manufacturer Product Name &Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc 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 Type 33B Arm Valmont Industries, Inc D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATB0-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325607 American Electric Lighting, ATB0-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATB0-P101-Mvolt-R2-3K-BI< Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BI< Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE 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 Wood Pole Arm Makers Sales and Marketing, LLC lWood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc I DB01373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc 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 Type 33A Arm Valmont Industries, Inc DB01373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-31<- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-31<- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BI< Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATB0-P303-Mvolt-R4-3K-BI< M P-N L-P7-AO-RFD322795 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE 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 Wood Pole Arm 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 Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4RFD110736 Washington 10' Pole Acuity Brands Lighting, Inc. Holophane, CLA14FT J20DMODC03BK RFD325026, AB - Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. 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 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. 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 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc 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 Southwire Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Encore Wire Elite, 600V/1000V Encore Wire THHN / MTW / THWN-2 Copper conductor, 600V Copper Wire/Conductor Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Service Wire Co Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Advanced Digital Cable Inc Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Aluminum Wire -Triplex Priority Wire & Cable, Inc Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Edison Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps, Interrupting Rating: 10,000 RMS Amps @ 125V Modular Ferrule Fuse Blocks for Midget Class and CC Edison Fuses Fuse & Fuse Holder In -line fuse holders for Single -Pole 13/32" x 1 1/2" Cooper Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway EATON in -line fuse holders for UL 13/32" x 1- 1/2"supplemental fuses Bussmann Series, FNM 13/32- x 1-1/2- 250Vac time - delay supplemental fuses Wire Joints for Copper Conductor, Cat No: 54615, Connector Thomas &Betts 54620, 54625-TB, 54635, 54640, 54630 Electrol Systems, Inc TY A (120/240) 100(NS)AL(E)PS(U) Metered Pedestal 120-240V WE Manufacturing & Controls TY A 120/240 100(NS)AL(E)PS(U) Metered Pedestal 240- 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) 480V Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, MacLean Highline 500lbs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING Ground Box NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT Split Bolt Connectors, Copper Split Bolts 2 Wire, N Kearneys NSi Industries, LLC Series Dark To Light, DLL Elite, Electronic Locking, Type Photocell Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Shorting Caps Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire ITRASTAR INC. DURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire ITRASTAR INC. DURA-STR25-3K-120-3-GR-SCL FORTWORTH CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 02/27/2026 i arnho, Mh n—io CRw Description Design Concrete Class A Sidewalk, ADA Ram s, 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 1320 Mix Design American Concrete Compsmy 30CAF029 3000 psi 3-5" Slump; 3-6%Air 4/3/2025 32 1320 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air 7/16/2025 32 1320 Mix D.sig, Big Town Concrete 22113 With 30% Slag 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Bumco Texas 30U101AG 3000 psi 3-5" Slump; 3-6%Air 4/l/2024 321320 Mix Desi Bumce Texas 30U500BG 3000 psi 3-5"Slump; 3-6%Air 9/9/2022 32 1320 Mix Desigo Carder Concrete FWCC502001 3000 psi 3-5" Slump; 3-6%Air 9/9/2022 32 1320 Mix Design Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6%Air 9/9/2022 32 1320 Mix Design Chisholm Trail Redi Mix C13020AE 3000 psi 3-5" Slump; 4.5-7.5% An 4/28/2025 132 1320 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6%Air 9/9/2022 132 1320 Mix Design City Concrete Company 30HA2011 3000 psi 3-5" Slump; 3-6%Air 9/9/2022 132 1320 Mix Design Cow To Redi Mix 253-W 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 132 1320 Mix Design Cow Town Redi Mix 250 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 132 1320 Mix Design Cow Town Redi Mix 350 3000 psi 3-5" Slump; 3-6% Air 1/29/2024 132 1320 Mix Design Estrada Read Mix P3050AEWR 3000 psi 3-5" Slump; 3-6%Air 9/9/2022 32 1320 Mix DesignHolcim/ A—.e 1261 3000 psi 3-5" Slump; 3-6% Air 9/23/2024 132 1320 Mix Design Holcim/Armin 5177 3000 psi 3-5" Slump; 3-6%Air 5/8/2025 1321320 Mix Design Holoim/A—Le 530WA-TI 3000 psi 3-5"Slump; 3-6%Air 4/7/2023 132 1320 Mix Design Liquid Stone C301D 3000 psi 3-5" Slump; 3-6%Air 9/9/2022 32 1320 Mix Design Martin Marietta R2136214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta P2136014 3000 psi 3-5" Slump; 3-6%Air 4/l/2023 321320 Mix DesiS2 Martin Marietta R2136N14 3000 psi 3-5"Slump; 3-6%Air 6/l/2023 32 1320 Mix Design Martin Marietta R21361120 3000 psi 3-5" Stump; 3-6%Air 6/1/2023 32 1320 Mix Desigo Martin Marietta R2136N20 3000 psi 3-5" Stump; 3-6%Air 11/2/2022 32 1320 Mix Design Martin Marietta R2141 K24 4000 psi 3-5" Stump; 3-6%Air 4/7/2023 32 1320 Mix Design Martin Marietta R2136K14 3000 psi 3-5" Stump; 3-6%Air 9/9/2022 32 1320 Mix Design Martin Marietta R2131314 3000 psi 3-5" Stump; 3-6%Air 9/9/2022 132 1320 Mix Design Martin Marietta R2132214 3000 psi 3-5" Stump; 3-6%Air 9/9/2022 132 1320 Mix Design Martin Marietta D9490SC 3000 psi 3-5" Stump; 4.5-7.5%Air 5/9/2025 132 1320 Mix Design Martin Marietta R2136R14 3000 psi 3-5" Stump; 3-6%Air 10/4/2023 32 1320 Mix Design NBR Ready Mix CLS A-YY 3000 psi 3-5" Stump; 3-6% Air 10/4/2023 32 1320 Mix Design NBR Ready Mix CLS A -NY 3000 psi 3-5" Stump; 3-6% Air 7/10/2023 32 1320 Mix Design Osbum 30A50MR 3000 psi 3-5" Stump; 3-6%Air 1/18/2023 32 1320 Mix Design Rapid Redi Mix RRM5020A 3000 psi 3-5" Stump; 3-6%Air 1/24/2023 32 1320 Mix Design Rapid Redi Mix RRM5525A 3600 psi 3-5" Stump; 3-6%Air 12/22/2025 32 1320 Mix Design Rapid Redi Mix 3250AL With 50% Slag 3000 psi 3-5" Stump; 3-6% Air 10/24/2024 32 1320 Mix Design SRM Concrete 30850 With 20% Fly Ash 3000 psi 3-5" Stump; 3-6%Air 10/24/2024 32 1320 Mix Design SRM Concrete 30350 3000 psi 3-5" SI ; 3-6%Air 10/18/2024 32 1320 Mix Design SRM Concrete 30050 With 20% Fly Ash 3000 psi 1/9/2026 32 1320 Mix Design SRM Concrete 36822 With 20% Fly Ash 3600 psi 3-5" Sharp; 3-6%Air 9/9/2022 32 1320 Mix Design Tarrart Concrete FW5025A 3000 psi 3-5" Stump; 3-6%Air 9/9/2022 32 1320 1 Mix Design Tarrant Concrete CP5020A 3000 psi 3-5" Sharp; 3-6%Air 10/10/2022 32 1320 1 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Stump; 3-6%Air 9/9/2022 32 1320 Mix Design Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6%Air 9/9/2022 32 1320 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Stump; 3-6% Air 9/9/2022 32 1320 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Sharp; 3-6%Air 32 13 20 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6%Air r9/9/2022 I I/17/032 13 20 Mix Design 225 True Grit Redi Mix 450.230 With 30% Slag 3000 psi 3-5" Slump; 3-6%Air Class CIP (Inlets. Manholes. Junction Boxes. Encasement. Bloekinn. Collars. (Spread Fontinu Pedestal Pole Foundations —Reference Detail 34 41 10-D605A)I 9/9/2022 32 13 13 Mix D.sig, American Concrete CompanyCompmy 40CNF065 4000 psi 3-5" Slmu ; 0-3%Air 9/9/2022 32 13 13 Mix Design Barren Texas 40U500BG 4000 psi 3-5" Slump; 3-6%Air 8/21/2025 33 13 13 Mix Desi r Bumco Texas 36U500BG 1"20%MRWR AIR (Lighting and Signal Footing Foundation) 3600 psi 3-5"Slump; 3-6%Air 4/28/2025 3413 13 Mix Dcsig, Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 35 13 13 Mix Dcsig, 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 CTF W6020A 4000 psi 3-5" Slump; 3-6% Air 8/4/2025 37 13 13 Mix Desig, Chisholm Trail Redi Mix CTFW5020A 3000 psi 3-5"Slump; 3-6%Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Dcsig. Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6%Air 9/9/2022 132 13 13 Mix Design Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 132 13 13 Mix Desi Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6%Air 9/9/2022 132 13 13 Mix Design Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6% An 9/9/2022 132 13 13 Mix Dcsig, Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6%Air 9/9/2022 132 13 13 Mix Design Cow Town Redi Mix 257 3600 psi 3-5" Slump;n 3-6% A 9/9/2022 32 13 13 Mix Desi Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6%Air 5/7/2025 132 13 13 Mix Design Cow Town Redi Mix 265-42 4200 psi 3-5" Slump; 3-6% Air 2/7/2025 132 13 13 Mix Dcsig. Holcim/Amrize 1701 4000 psi 3-5" Slump; 3-6%Air 2/7/2025 132 13 13 Mix Desip Holeim/ Amrize 1551 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Desig, Holcim/Amrize 5409 4000 psi 3-5" Slump; 3-6%Air 8/14/2025 32 13 13 Mix Design Holcim/Amrize 540WA-TI 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 3213 13 Mix Dcsigu Martin Marietta R210.1230 4000 psi 3-5" Stump; 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 3213 13 Mix Design Martin Marietta R21461133 4000 psi 3-5" Stump; 3-6% Air 11/20/2023 3213 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air Page 1 & 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 02/27/2026 9/9/2022 32 13 13 Mix Design Martin Marietta R2142233 3600 jxi 3-5" Slum ; 4.5-7.5% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" St ; 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 3213 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 3213 13 Mix Design Martin Marietta R21461135 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" Slum ; 3-6%Air 9/12/2023 32 13 13 Mix Design NBR Ready Mix CLS Pl-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" Slum ; 3-6% Air 9/9/2022 132 13 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 132 13 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slum ; 3-6%Air 1/18/2023 132 13 13 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6%Air 10/24/2024 132 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slum ; 3-6%Air 10/24/2024 132 13 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6%Air 9/16/2024 3213 13 Mix Design SRM Concrete 35050 3500 psi 3-5" Slum ; 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" Slum ; 4.5-7.5%Air 2/27/2026 32 13 13 Mix Design SRM Concrete 35850 With 20% FlyAsh 3500 psi 3-5" Slump; 3-6%Air 9/9/2022 3213 13 Mix Desigo Tarrant Concrete FW5320A 3000 psi 3-5" Slum ; 3-6%Air 10/10/2022 32 13 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Slump; 3-6%Air 2/25/2026 3213 13 Mix Design True Grit Redi Mix 450.230CIP With 30% Slag 3000 psi 3-5" Slump; 3-6%An Class C (Drilled Shaft for Traffic Sienal Pole Foundations Reference Detail 3141 10-D605) 8/21/2025 3213 13 Mix Design Burnco Texas 40U502BG 1"20%HRWR AIR 3600 psi 6-8"Stump; 3-6%Air 6/21/2023 3213 13 Mix Design Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" SI ; 3-6%Air 10/30/2024 3213 13 Mix Design Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slum ; 3-6%Air 9/11/2025 32 13 13 Mix Design Gonzalez Brothers P6020LA 3600 psi 5.5-7.5" SI ; 3-6%Air 12/5/2022 3213 13 Mix Design Holcint/ Arrrize 1822 3600 psi 5.5-7.5" Slum ; 0-3%Air 9/9/2022 32 13 13 Mix Design Holcind Amrize 1859 4000 psi 5.5-7.5" SI ; 3-6%Air 1/14/2026 321313 Mix Design City Concrete Company 36LA2011-MR With 20%Fly Ash 3600 psi 5.5-7.5"Slum;3%Air 4/7/2023 3213 13 Mix Design liquid Stone C361DHR 3600 psi 5.5-7.5" SI ; 3-6%Air 6/27/2023 32 13 13 Mix Design Martin Marietta U2146N41 3600 psi 5-7" Slr ; 3-6%Air 6/27/2023 32 13 13 Mix Desi Martin Marietta U2146K4S 3600 psi 5-7" Slump; 3-6%Air 5/9/2025 32 13 13 Mix Desi Martin Marietta U2146R41 3600 psi 5-7" Shoop; 3-6%Air 8/22/2024 132 13 13 1 Mix Design NBR Rea Mix 1135K2524 3600 psi 5.5" Slum ; 3-6%Air 8/22/2024 132 13 13 1 Mix Design NBR Ready Mix 1135KO524 1 3600 psi 5.5" Slum ; 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 2/24/2026 03 30 00 Mix Design Chisholm Trail Redi Mix CT7020A With 20% Fly Ash 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 40LA2011 4000 psi 3-5" Slump; 3-6%Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 260-2 3600 psi 3-5" Slum ; 3-6%Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Sl ; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 260-1 3600 psi 3-5" Slum ; 3-6%Air 8/11/2025 3213 13 Mix Design Cow Town Redi Mix 275 With 20% Fly Ash 5000 psi 4-6" Sl : 3-6%Air 8/11/2025 3213 13 Mix Design Cow Town Redi Mix 375 5000 psi 4-6" Slum : 3-6%Air 1/29/2024 132 13 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Sl ; 3-6%Air 9/9/2022 3213 13 Mix Design GCH Concrete Services CCH4000 4000 psi 3-5" Slum ; 3-6%Air 4/l/2023 321313 Mix Design Martin Marietta 310LBP 3600 psi 3-5"Sl ;4-7%Air 8/30/2023 3213 13 Mix Design Martin Marietta R2141R30 4000 psi 3-5" SI ; 3-6%Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Sl ; 3-6%Air 9/9/2022 3213 13 Mix Design SRM Concrete 40050 4000 psi 3-5" SI ; 3-6%Air 9/9/2022 3213 13 Mix Design SRM Concrete 35022 With 20% Fly Ash 3600 psi 3-5" Sl ; 3-6% Air 9/9/2022 321313 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5"Slum ; 3-6%Air 2/26/2026 03 30 00 Mix Drsip True Grit Redi Mix 455.230C With 30% Slag 3600 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" Slum ; 3-6%Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 4411 3600 psi 1-Y Slump; 3-6%Air 6/30/2025 32 13 13 Mix Design Big Town Concrete 5211 With 20% Fly Ash 4000 psi 1-3" Slum ; 3-6%Air 6/30/2025 30 13 13 Mix Design Big Town Concrete 52113 With 30% Slag 4000 psi 1-Y Slump; 3-6%Air 6/30/2025 30 13 13 Mix Design Big Town Concrete 5311 4000 psi 1-3" Slum ; 3-6%Air 9/30/2025 30 13 13 Mix Design Burnco Texas 40U553BG I" 20% MRWR AIR 4000 psi 1-Y Slump; 3-6%Air 9/9/2022 3213 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-3" Slum ; 3-6%Ar 9/9/2022 321313 Mix Design Carder Concrete FWCC602091 4000 psi 1-Y Slump; 3-6% Air 11/6/2025 32 13 13 Mix Design Chsholm Trail Redi Mix CT5520AMP With 20% Fly Ash 3600 psi 1-3" Slum ; 3-6%Ar 9/9/2022 3213 13 Mix Design City Concrete Cornpany 36LA2011 3600 psi 1-Y SI ; 3-6%Air 9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi 1-3" Slum ; 3-6%Air 11/14/2022 3213 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-Y Slump; 3-6%Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 260-M 4000 psi 1-3" Slum ; 3-6%Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slw ; 3-6%Air 2/6/2024 3213 13 Mix Design Estrada Ready Mix TD3655AEWR 3600 psi 1-3" Slump; 3-6%Air 5/12/2025 3213 13 Mix Design Holcim/ Amrize 1703 4000 psi 1-3" Slw ; 3-6%Air 10/3/2025 321313 Mix Desi Holarn/Atorize 5405 With 20% Fly Ash 4000 si 1-3"Slum ;3-6%Air 8/4/2023 32 13 l3 Mix Des t Martin Marietta Q2141R27 4000 si 1-3" Slw ; 3-6%Air I1/2/2022 132 13 13 1 Mix Design Martin Marietta IQ214IK30 1 1 4000 psi 1-3" SI ; 3-6%Air Page 2 of 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 02/27/2026 ...Class P Cuucrete (Cnurnurvo) 5/5/2025 32 13 13 Mix Design Martin Marietta Q214IN27 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 10A/2023 32 13 13 Mix Design NBR Read. Mix TX C SF-YY 3600 psi 1-3" St ; 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" St ; 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"Slum;3-6%Air 7/21/2025 32 13 13 Mix Design SINACOLA 24011-4000MP Straight Cement 4000 psi 1-3" Slump; 3-6%Air 2/3/2026 32 13 13 Mix Design Sunrise Redi Mix 1451 4000 psi 1-3" Slump: 3-6%Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520ANW 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% AU 6/17/2025 32 13 13 Mix Design True Grit Redi Mix 460.230M 4000 si 1-3" Slum ; MI/, r 6/23/2025 32 13 13 Mix Design True Grit Redi Mix 360.230M 4000 si 1-3" Sl ; 3-6%Air 1/2/1900 132 13 13 1 Mix Design True Grit Redi Mix 1455.230M With 30% Slag 3600 psi 1-3" Slw ; 3-6%Air Clans H (Hand Placed Pavinv- Vallev (:titter) 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" Stump; 3-6%Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 6311 4500 psi 3-5" Stump; 3-6%Air 4/5/2025 32 13 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Stump; 3-6%Air 7/16/2025 32 13 13 Mix Design Big Town Concrete 62113 With 30% Slag 4500 psi 3-5" Stump; 3-6%Air 9/9/2022 32 13 13 Mix Design Burmo Texas 45U500BG 4500 psi 3-5" Stump; 3-6%Air 9/30/2025 33 13 13 Mix Design Burnco Texas 45U100AG 4000 psi 3-5" Stump; 3-6%Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Stump; 3-6%Air 4/28/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Stump; 3-6%Air 9/9/2022 32 13 13 Mix Design City Concrete C.. 45NA2011 4500 psi 3-5" Stump; 3-6%Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Stump; 3-6%Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365 4500 psi 3-5" Stump; 3-6%Air 1/29/2024 32 13 13 Mix Design Estrada ReW_y Mix R4560AEWR/ 4500 psi 3-5"Stump; 4-6%Air 9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4500 4500 psi 3-5" Stump; 3-6% Air 10/4/2024 32 13 13 Mix Design Holcim/Amrize 5507 4500 psi 3-5" Sl. ; 3-6%Air 9/9/2022 32 13 13 Mix Design Holcim/ Amrize 1851 4500 psi 3-5" Stump; 3-6%Air M/2025 32 13 13 Mix Design Amrize/Hocim 545WA-Tl 4500 psi 3-5"Stump; 3-6%Air 4/5/2025 32 13 13 Mix Design Liquid Stone C451D 4500 psi 3-5" St- ; 3-6%Air I1/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 4500 psi 3-5" SI ; 3-6%Air 8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 4500 psi 3-5" St- ; 3-6%Air I1/2/2022 3213 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5" Slum ; 3-6%Air 5/22/2023 3213 13 Mix Design Martin Marietta R2146K37 4500 psi 3-5" Slum ; 3-6%Air 12/22/2023 3213 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" SI ; 3-6%Air 12/22/2023 3213 13 Mix Design Martin Marietta R2146K44 4500 psi 3-5" Stump; 3-6%Air 11/15/2022 132 13 13 Mix Design Martin Marietta R2146P36 4500 psi 3-5" SI ; 3-6%Air 11/15/2022 3213 13 Mix Design Martin Marietta R2146K36 4500 psi 3-5" Slum ; 3-6%Air 9/9/2022 3213 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" SI ; 4.5-7.5% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146236 4500 psi 3-5" Slum ; 3-6%Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" SI ; 3-6%Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146242 4500 psi 3-5" Stump; 3-6%Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" SI ; 3-6%Air 6/3/2025 3213 13 Mix Design Martin Marietta R2146K43 4500 psi 3-5" St- ; 3-6%Air 1/29/2026 3213 13 Mix Design Martin Marietta R2146R43 4500 psi 3-5" Slump; 3-6%Air 10/4/2023 3213 13 Mix Design NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6%Air 10/4/2023 3213 13 Mix Design NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6%Air 7/10/2023 3213 13 Mix Design Osborn 45A60MR 4500 psi 3-5" Slump; 3-6%Air 1/24/2023 3213 13 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi 3-5" Slum ; 3-6%Air 12/22/2025 3213 13 Mix Design Rapid Redi Mix 4550AL With 50% Slag 4500 psi 3-5" Slump; 3-6%Air 2/7/2025 3213 13 Mix Design SRM Concrete 45023 4500 psi 3-5" Slump; 3-6%Air 9/9/2022 3213 13 Mix Design SRM Concrete 45000 4500 psi 3-5" Slump; 3-6%Air 5/23/2025 3213 13 Mix Design SRM Concrete 45300 4500 psi 3-5" Slum ; 3-6%Air 10/24/2024 132 13 13 Mix Design SRM Concrete 45350 4500 psi 3-5" Slump; 3-6%Air 10/24/2024 132 13 13 Mix Design SRM Concrete 45850 With 20% Fly Ash 4500 psi 3-5" Slum ; 3-6% Air 10/18/2024 3213 13 Mix Design SRM Concrete 45050 4500 psi 3-5" Slump; 3-6%Air 7/21/2025 3213 13 Mix Design SINACOLA 24011-4500HP 20% With. 20% Fly Ash 4500 psi 3-5" Slum ; 3-6%Air 7/21/2025 3213 13 Mix Design SINACOLA 24011-4500HP Straight Cement 4500 psi 3-5" Slump; 3-6%Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slum ; 3-6%Air 9/9/2022 3213 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" Slum ; 3-6%Air 9/9/2022 3213 13 Mix Design Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi 3-5" Slum ; 3-6% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% An 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slum ; 3-6% Air 6/12/2025 3213 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" Slum : 3-61/, 10/9/2024 3213 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6%Air Page 3 of 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 02/27/2026 Class HES (High Early Strength Paving) 9/9/2022 32 13 13 Mix Design Big D Concrete 14500AE 4500 psi 3-5" Sharp; 3%<Air 12/10/2025 32 13 13 Mix Design Burnco Texas 70U100AG I day average comp, strength>4000 psi 7000 psi 3-5" Slum ; 3-6%Air 11 /18/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CTTX70AHES 2600 @24 bra and/or 3000 @72hrs;4500@28 days 3-5" Sharp; 3-6 % Air 2/24/2026 32 13 13 Mix Design Chisholm Trail Redi Mix CT75AHES 3000 psi @ 24 hours and 5000 psi @ 28 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-INC 4500 psi 3-5" Sharp; 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" Slw ; 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" Sharp; 3-6%Air 9/9/2022 32 13 13 Mix Design Holcim/Amrize 2125 5000 psi 3-5" SI ; 3-6%Air 1/24/2023 32 13 13 Mix Design Liquid Stone C451 DHR-A 4500 psi 3-5" Slw ; 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" Slw ; 3-6%Air 2/7/2025 32 13 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi @ 3 days 3-5" Sharp; 3-6% Air 2/3/2026 32 13 13 Mix Design Sunrise Redi Mix 1477 3 day average conal, strengtb>3000 psi 5500 psi 3-5" Slw ; 3-6%Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi @ 3 days 3-5" Sl ; 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. Ton Slabs of Direct Traffic Culverts. ADDroach Slabs) 2/24/2026 03 30 00 Mix Design Chisholm Trail Redi Mite CT7020A With 20 % Fly Ash 5000 psi 3-5" Slump: 3-6 % Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 260 4000 psi 3-5" Slum ; 3-6%Air 9/9/2022 32 13 13 Mm Design Cow Town Redi Mix 360 4000 psi 3-5"Shoop: 3-6%Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi 3-5" Slump; 3-6%Air 1/29/2024 321313 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6"Slum.; 3-6%Air 5/3/2023 32 13 13 Mix Design Martin Marietta M7842344 4000 psi 3-5" Slum ; 4.5-7.5%Air 4/1/2023 3213 13 Mix Design Martin Marietta R21461`33 4000 psi 3-5" Sloop; 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" Sharp; 3-6%Air 4/1 S/2024 32 13 l3 Mix Desi NBR Readv Mix TX S-YY 4000 psi 3-5" Slum ; 3-6 % Air 4/5/2025 32 13 13 Mix Desi SRM Concrete 40850 With 20% Fly Ash 4000 si 3-5" Slum ; 3-6"/o Air 4/5/2025 132 13 13 1 Mix Design SRM Concrete 140350 1 4000 psi 3.5" Slump; 3-6%Air 5/5/2023 132 13 13 1 Mix Design SRM Concrete I DI00008553CB 1 4000 psi 3-5" Slump; 3-6%Air Concrete Base Trench Renair 4/I/2023 033416 Mix Design Burnco Texas IOYE50BF 1000 psi Flowable; 8.5-11.5%Air 9/9/2022 03 34 16 Mix Desi Burneo Texas 08Y450BA 800 si 5-7" Sl ; 3-6% An 12/19/2025 03 34 16 Mix Desi Cow Town Redi Mix 330-S8 750 si 5.5-8.5" SI ; 5-I1 9/30/2025 03 34 16 Mix Design Martin Marietta YN810001 1 1 750 psi 8-12" Slump; 5-10%Air 12/26/2025 0334 16 Mix Design SRM Concrete 915 1 1 750 psi I Flowable; 3-6% Air Controlled Low Strength Material (Flowable Fill) 2/7/2025 033413 Mix Design Bumco Texas OIY69OBF 100 psi Flowable; 9.5-11.5%Air 5/19/2025 033413 Mix DesignBorneo Texas 01 Z180AF 100 psi Flowable; 9.5-11.5%Air 11/18/2025 033413 Mix Design Bumco Texas 01Z401 BF SAND 25%MRWR 17%AIR FLOW FILL 100 psi Flowable; 17+/-1.5%air 9/9/2022 0334 13 Mix Design Carder Concrete F WCC359101 50-150 psi 3-5" Sharp; 8-12% Air 9/9/2022 033413 Mix Design Carder Concrete FWFF237501 50-150 Psi Flowable; 8.5-11.5%Air 8/4/2025 0334 13 Mix Design Chisholm Trail Redi Mix CT15OFF 50-150 psi Flowable; 7-9.0% Air 12/26/2025 0334 13 Mix Design Chisholm Trail Redi Mix CTFWCLSM 100-150 psi 5-7" slump; 8.5-11.5%Air 9/9/2022 0334 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Flowable; 8-12% Air 9/9/2022 .0334 13 Mix Design Cow Town Redi Mix 9 70 psi 7-9" Slwn ; 8-11 %Air 9/9/2025 0334 13 Mix DesignCow Town Redi Mix 10 Min 50 psi Min 9" Slump; 10-20%Air 5A2/2025 033413 Mix Design Holeim/Amrize 3741 100 psi Flowable; 12.0-24.0%Air 8/4/2025 0334 13 Mix Design Holman/Amrize 901 100 psi 9-1I" Slum ; 10-30%Air 8/14/2025 0334 13 Mix Design Holeim/Amrize 904 150 psi 9-11" Sharp; 10-30% Air 2/27/2026 033413 Mix Design Holman/Aran- 3747 150 psi Flowable; 12.0-24.0%Air 9/11/2025 033413 Mix Design Martin Marietta FLOW25A 150 psi 8"-12"Slum.; 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 0334 13 Mix Design SRM Concrete 910 I50 si Flowable; 8-12% Air 12/26/2025 03 34 13 Mix Desigo SRM Concrete 900 100 si Flowable; 10-30%Air 9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 si Flowable; 8-12% Air Concrete RiP Ra 4/1/2023 1313700 1 Mix Design Martin Marietta R2141030 4000 psi 3-5" Slump; 3-6%Air 4/1/20231313700 Mix DesignMania Marietta R2146033 4000 psi 13-5" Slum ; 3-6%An Cement- Stabilized Sand CSS 11/21/2025 1330510 1 Mix Design Borneo Texas 104Z500BA I SAND 20%MRWR 17%AIR FLOW FILL 1 250 psi Flowable; 15.5-18.5%Air ASDhalt Paving 9/9/2022 132 1216 Mix Design Austin Asphalt FT5B117965 FT513 117965 PG64-22 Type B Fine Base 9/9/2022 1321216 Mix Design Austin Asphalt FTIBI39965 FTIB139965 PG64-22 Type BFine Base 9/9/2022 132 1216 Mix Design Austin Asphalt FT1B117.2 FTIB117.2 PG64-22 Type B Fine Base 5/1/2024 13212 16 Mix Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 132 1216 Mix Design Re olds Asphalt 1112B 1112B PG64-22 Type B Fine Base 9/9/2022 132 12 16 Mix Design Reynolds Asphalt 1612B I6.12B PG64-22 Type B Fine Base 4/4/2025 32 1216 Mix Design Re olds Asphalt 2315B 231513 PG64-22 Type B Fine Base 12/5/2022 33 1216 Mix Design Sunmoant Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Surmount Pavia 341-BRAP6422ERG 1341-BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 1 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 1216 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 1211305 1757 PG64-22 Type B Fine Base 9/9/2022 32 1216 1 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 1,44 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 02/27/2026 Detectable 1A arnine Surface 9/9/2022 32 1320 DWS - Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 9/9/2022 32 1320 DWS - Pavers Western Brick Co. (Houston, TX) Detectable Warning Pavers 9/9/2022 321320 DWS-Composite Armor Tile 9/9/2022 32 1320 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver 4/7/2023 32 1320 DWS- Pavers ADA Solutions (Wilmington, MA) Detectable Warning Pavers. 10/16/2025 32 1320 DWS - Pavers EQUALTILE EqualTile Brick Pattern Wet -Set Re laeoable 10/16/2025 32 1320 DWS - Pavers EQUALTILE E ualTile 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 Treme. 900SL 900SL - Cold Applied, Single Com went, Silicone Joint Sealant ASTM D5893 9/9/2022 132 1373 Joint Sealant I Pecom 1300SL 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 132 13 73 Joint Sealant I Craleo I RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant JASTM D5893 Utilitv Trench Embedment Sand 9/9/2022 13305 10 1 Embedment Sand Silver Creek Materials Utility Embedment Sand JASTM C33 9/9/2022 33 OS 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 9/9/2022 33 OS 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 13305 10 1 Embedment Sand F and L Dirt Movers Utility Embedment Sand JASTMC33 9/9/2022 13305 10 1 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand I I JASTM C33 Storm Sewer - Manholes & Bases/Frames & Cnvers/Standard (Round) 33-05-13 9/28/2018 33 05 13 Manhole Frames and Covers A —Cast (Govind Steel Company, LTD) MHRC. #220605 MHRC #220605 (Size - **24" Dia.) ASTM A48 AASHTO M306 9/28/2018 33. 05 13 Manhole Cover Neenah Found N F-1274-T91 NF-1274-T91 (Size - 32" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged) NF-1743-LM (Hinged) (Size - 32" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-ITV R-1743-HV (Size - 32" Dia.) ASTM A48 AASHTO M306 2/13/2026 3305 13 Round Manhole lid and forme Neenah Foundry Part number 101560 and 12940110 Size- 24" Dia clear opening AASHTO M306 H-20 4/3/2019 3305 13 Manhole Frames and C. SIP Industries++ 2279ST 2279ST (Size - 24" Dia.) ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Cov SIP Industries + 2280ST 2280ST (Size - 32" Dia.) ASTM A48 AASHTO M306 10/8/2020 3305 13 Manhole Frames and Cal EJ ( Formally East Jordan Iron Works) E.J 1033 Z2/A EJ1033 Z2/A (Size - 32.25" Dia.) ASTM A536 AASHTO M306 3/8/2024 3305 13 Curb Wet Covers SIP Industries++ 2296T 2296T (Size- ***24" Dia.) ASTM A48 AASHTO M306 6/18/2024 3305 13 Curb Inlet Covers SIP Industries + 2279STN 2279STN (Size - 24" Dia.) ASTM A48 AASHTO M306 --ry . An new aevedpm¢nr ano new ao.annn m-a— nas.snau merr ue mmrmum so -men openmg r,qu --1 as specr¢a ro ury opecrrycanon 55 g 15. nny smarer pemng .saes mu only ne aunw¢aJnr ewsnng manumes roar regmre rrpmceme.n,Jrames am envy x. Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 1334920 Curb Inlets Fontorm FRT-IOx3-405-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 1334920 Curb Inlets Fonterra FRT-100-406-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 1334920 Curb Wets Fonterra FRT-IOx4.5-407-PRECAST** (Size - 10' X 45) ASTM C913 10/8/2020 1334920 Curb Inlets Fonterra FRT-IOx4.5-420-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 1333920 Manhole Footers FRT-4X4409-PRECAST-TOP (Size - 4' X 4') ASTM C913 10/8/2020 1333920 Manhole Fonterra FRT-4X4409-PRECAST-BASE Size - 4' X 4' ASTM C913 10/8/2020 1333920 Manhole Fomerra FRT-5X5410-PRECAST-TOP (Size - 5' X 5') ASTM C913 10/8/2020 1333920 Manhole Fonterra FRT-5X54I O-PRECAST-BASE Size - 5' X 5' ASTM C913 10/8/2020 1333920 Manhole Fomerra FRT-6X641I-PRECAST-TOP (Size- 6' X 6') ASTM C913 10/8/2020 1333920 Manhole Fonterra FRT-6X641 I -PR ECAST-BASE Size - 6' X 6' ASTM C913 3/19/2021 1334920 Curb Wets Thompson Pipe Group TPG-lOX3-405-PRECAST INLET** (Size - 10' X T) ASTM 615 3/19/2021 1334920 Curb Wets Thompson Pie Group TPG-15X3-405-PRECAST INLET** Size - 15' X 3') ASTM 615 3/19/2021 1334920 Curb Wets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X T) ASTM 615 3/19/2021 1333920 Manhole Thompson Pie Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4') ASTM 615 3/19/2021 1333920 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE (Size - TX 4') ASTM 615 3/19/2021 1333920 Manhole Thompson Pie Group TPG4X4-412-PRECAST 4-FT RISER Size - 4' X 4') ASTM 615 3/19/2021 1333920 Manhole Tbmnpson Pip, Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5') ASTM 615 3/19/20211333920 Manhole Thompson Pipe GroupTPG-SXS-4L0-PRECAST BASE (Size - 5' X 5') ASTM 615 3/19/2021 1333920 Manhole Thom son Pip, Group TPG-5X5412-PRECAST 5-FT RISER (Size - 5' X 5') ASTM 615 3/19/2021 1333920 Manhole Thompson Pie Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6') ASTM 615 3/19/2021 1333920 Manhole Tho son Pip, Group TPG-6X641I-PRECAST BASE (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pie Group TPG-6X6-412-PRECAST 6-FT RISER Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pip, Group TPG-7X741I-PRECAST TOP (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pie Group TPG-7X7-411-PRECAST BASE (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7412-PRECAST 4-FT RISER (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pie Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X841I-PRECAST BASE (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pie Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8') ASTM 615 3/19/2021 33 49 20 Drop Wet Thompson Pipe Group TPG4X4408-PRECAST INLET (Size - 4' X T) ASTM 615 3/19/2021 1334920 Drop Wet Tho son Pipe Group TPG-5X5-408-PRECAST INLET Size - 5' X 5' ASTM 615 3/19/2021 1334920 Drop Wet Thompson Pipe Group TPG-6X6408-PRECAST INLET (Size - 6' X 6') ASTM 615 8/28/2023 13349 10 Manhole Obleastle Precast 4' x 4' Stacked Manhole Size - TX 4') ASTM C478 8/28/2023 3349 10 1 Manhole Oldeastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8') ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X T) ASTM C478 8/28/2023 3349 10 Manhole Oldcastle jPrecast 5' x 5' Storm Junction Box (Size - 5' X 5') JASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Stomr Junction Box Size - 6' X 6') ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8') ASTM C478 8/28/2023 3349 10 Manhole Oldcastle I Precast 5' x 8' Storm Junction Box Base Size - TX 8') JASTM C478 8/28/2023 3349 10 Manhole Rinker Materials I Reinforced 48" Diameter Spread Fuming Manhole (Size - TX T) JASTM C433 Page 5 of 6 FORTWORTH CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 02/27/2026 Atfi—i"n. mix nesiaas da nor cimrrcNde rFw s..er;erarinn< ! Description ....Storm Sewer - Inlet & Structures Continues 8/28/2023 33 39 20 Curb hilet 10'x 3' Riser Thompson Pie Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/29/2023 33 39 20 Curb Wet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Wet 20' x 3' Riser Thompson Pie Group Inlet Riser (Size - 3 FT) ASTM C913-16 1 / 12/2024 33 49 20 Drop Wet AmeriTex Pipe &Products Drop Inlet (4' X 4') ASTM C913 1/12/2024 33 49 20 Drop Wet AmeriTex Pipe &Products Drop Wet (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 .334920 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 liners AmeriTex Pipe &Products 10x3 Precast** (Size 10' x 3') ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 150 Precast** Size 15' x 3' ASTM C913 .*Note. Precast inleb' are appmwdfpr the stage 1 p,,dw. fthe structure (basin) only. Stage 11 pardon J"Ihe structure are required M be cast ln-place. No a Ptions to this requirement sh0 be of/oared. Storm Sewer - Pines Rr Rnxpc 33415-13 4/9/2021 3341 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Storm Pot ro Iere (PP) Pie Size - 12" - 60") ASTM F2881 & AASHTO M330 8/28/2023 3341 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger) ASTM C76, C655 8/28/2023 3341 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various) ASTM C789, C850 10/ 12/2023 3341 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 3441 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size- Various) ASTM C1433,C1577 10/18/2023 3541 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 3341 10 Culvert Box The Turner Co. Reinforced Concrete Box Culvert size - Various ASTM C1433,C1577 4/12/2024 3341 10 Storm Drain Pi s ompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* Size Various ASTM C76, C506 6/25/2024 3341 10 CulvertBox Oldcastle Reinforced Concrete Box Culvert ASTM C1433.C1577 6/25/2024 13341 10 Storm Drain Pipes Oldeastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 Revision Comments (1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's (4-3-2025) Bigtn Concrete updated Mix ID's (4-5-2025) 03 34 13 CLSM specification (11-26-2025) Removed Gilco-site batch plant Page 6 of 6 FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3116) 07/23/97 3305 13 Urethane Hydrophilic Waterstop Asahi Kogyo KK. Adeka Ultra -Seal P-201 ASTM 132240/134 t2/D792 04/26/00 3305 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 3305 13 Profile Gasket for N Diam, MR. Press -Seal Gasket Corp' 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 3305 13 HDPE Manhole Adjustment Rin s Ladtech Inc HOPE Adjustment Ring Traffic and Non -traffic area 5/13/05 330513 Manhole External Wrap Canusa - CPS Wra idSesl Manhole Encapsulation Stem Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 1 Fiber lass Manhole Fluid Containment Inc. Flowtite ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiber lass Manhole L.F. Manulketurine Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) 3305 13 Manhole Frames and Covers I Western loon Works Bass & ova Foundry 1 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) 3305 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 3305 13 Manhole Frames and Covers Neenah Form R-1272 ASTM.A48 &AASHTO M306 24" Dia. 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 3305 13 Manhole Frames and Covers Sigma Corporation MH-144N 3305 13 Manhole Frames and Covers Sigma Co oration MH-143N 3305 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 3305 13 Manhole Frames and Covers Neenah Castro 24" dia. 10/31/06 3305 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7125/03 3305 13 Manhole Frames and Covers Saint-Gobain Pi .lines Pamrex/rexus RE32-R8FS 30" Dia. Ol/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V 1432-2 and V 1483 Designs AASHTO M306-04 30" Dia. I t/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MHI651 FWN & MHl6502 30" Dia 07/19/11 3305 13 30" Dia. MH Ring and Cover Star Pie Products MH32FTWSS-DC 30" Die 08/10/] 1 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty -with Gasket Ring 30" Dia 10114/13 3305 13 30" Dia. MH Ring and Cover (Hinged & Lockable East Jordan Iron Works 30" ERGO XL Assembly with Cam Lnek/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01 /17 3405 13 30" Dia. MH Ring and Cover (Lockable) Cl SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 1 3405 13 30" ➢ o. MH Ring and Cover Hinged & Lockable) CI SIP Industries 4267 WT - Hinged (32") ASTM A 48 30" Dia. 09/16/19 3305 13 30" Dia. MH Rim,and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Fling 30" Dia. 10/07/21 1 3405 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 2/3/161 3305 13 Manhole Frames and Covers Pont-A-Mousson Pamti ht 24" Dia. 3305 13 Manhole Frames and Covers Neenah Caging 24" Dia. 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Has Foundry 300-24P 24" Dia. 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers SIP Semm ore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/131 3339 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item 949 ASTM C 478 48" 3339 10 Manhole, Precast Concrete Wall Concrete Pip. Co. Inc. ASTM C-443 48" 09/23/96 3339 10 Manhole. Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" no 12105/23 3339 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 3339 10 Manhole, Precast Concrete Oldeastle Precast Inc. Manhole, 32" Opening and Flat top, (No Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/ 10 3339 10 Manhole. Precast Reinforced Pol er Concrete US Com osite Pie Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole Precast Concrete Forterm 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 Forterm 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 Arnn000ck 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, Rockilardse 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast Reinforced Polymer) Concrete Amitech USA Me er Pol erete Pi 02/04/26 333 20 Manhole Precast Concrete Thompson Pi a Group 48" 60" 72" I.D. Manhole w/36" Cone Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 For use when Std. MH cannot be 1 Wastewater Access Chamber T Quickstream Solutions Inc.. Type 8 Maintenace Shaft Poo it 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. Relmor MSP EI-14 Manhole Rehab Systems AP/M Permaf rn 4/20/01 E]-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 EI-14 Manhole Rehab System Liner Tri lex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use ' From Original Standard Products List FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Spmyroq, Spray Wall Polvurcthmm Comma ASTM D639/D790 12/14/01 Coating for Corrosion rotection Exterior ERTECH Series 20230 and 2100 (Asphatic, Emulsion Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Are 791, S1BB, Sl, 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 3920 Coatingfor Corrosion otecdon Exterior Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 02/04/26 Exterior Precast Joint Seal Wra p idaud Exterior Sealant Tape/Shrinkwrap Dues not replace rubber gasket or Ram-Nek Water & Sewer - Manhole Inserts - Field Operations Use Only Rev 2/3/16 3305 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. 3305 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. 3305 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TeffiuLok - Stainless Steel For 24" dia Water & Sewer - Pioe Casine Soacers 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 04/22/97 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" 05110111 Stainless Steel Casing Spacer Powerseal 4810 Powerohock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spaeer(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 3305 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 3305 13 Casing Spacers Raci (Completely HOPE) 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, AW WA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" theu 30" 08/24/ 18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C 150, C 151 4" thru 30" " 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 a 33 it 10 Ductile Iron Pipe Mc Wane Cast Iron Pipe Co. A W WA C150, C 151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/131 02/25/02 E oxy Lining System Sauercisen, Inc SewerGard 210RS LA Count #210-1.33 12/14/01 E o Linin 5 em Enoch Technical Coatings Ertech 2030 and 2100 Series. 04/14/05 Interior Ductile Iron Pipe Coating Ind— Protecto 401 ASTM 13-117 Ductile Iron Pie Only 01/31/06 Coatings for Corrosion Protection Chesterton Are 791. S1H8 Sl 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.ILL USA, Inc. D025LTP02 Com osite Body) 2" Sewer - Pipes/Concrete E 1-04 Conc. Pipc, Reinfnrced Wall Concrete Pie Co. Inc. ASTM C 76 EI-04 Conc. Pip-, Reinforced Hydro Conduit Corporation Class III T&G SPL Item #77 ASTM C 76 E1-04 Conc. Pipe. Reinforced Hanson Concrete Products ASTM C 76 E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. .ASTM C 76 Sewer -Pipe Enlar¢ment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene RIM Corp., Piscam Way, N.J. Approved Previously McConnell systems McLat Construction polyethylene Houston,. Texas Appyrowd Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer- Pioe/Fiber&ass Reinforced/33-31-13(1/8/13) 7/21 /97 3331 13 Cent. Cast Fiberglass FRP Hobas Pie USA Inc. Hobas Pie on -Pressure ASTM D3262/D3754 03/22/10 3331 13 Fiber lass Pi FRP Ameron Bendstrand RPMP Pipe ASTM D3262ID3754 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe FRP Thompson Pipe Group Thompson Pip. Ftowtite ASTM D3262/D3754 03/07/23 3331 13 Fiberglass Pie (FRP) Future Pipe Industries Fiberstron FRP ASTM D3262, ASTM D3681, ASTM D4161, AW WA M45 09/03/24 3331 13 Fiberglass Pipe (FRP) Superlit Bom Sanayi A.S. Superlit FRP ASTM D3262, ASTM D3517, ASTM 3754, AW WA C950 " From Original Standard Products List FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 Approval Spec No. Classsification Manufacturer Model No. National Spec Size ' From Original Standard Products List FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Sewer - Pipe/POlypler Pipe 4/14/05 Pol er Modified Concrete Pie Amitech USA Moyer Pol Crete Pipe ASTM 03, A276, F477 8" to 102", Class V 06/09/10 El-9 I Reinforced Polymer Concrete Pie US Com. osite Pie Reinforced Palmer Concrete Pie ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) ffigh-d—ity rolvethy1cru, pipe Philli s Drisco i e, Inc. O ticure Ductile Polyethylene Pipe ASTM D 1248 8" Hi h-d—it, polveth,le.. nice Plexco Inc. ASTM D 1248 8" Hi h-densi[polyethylene i PollyPipe, Inc. AST. D 1248 8" Hi h-densi of oth lene i CSR Hydro Conduit/Pi eline S cros McConnell Pipe Enlar ement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02111 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4" thru 12" Sewer - Pipes/PVC* 33-31-20 (7/1/13) 33-31-20 PVC Sewer Pie 1-M Manufacturin Co. Inc. JM Eagle) SDR-2"PS!15 ASTM D 3034 4" - 15" 12/23/97• 33-31-20 PVC Sewer Pie Diamond Plastics Corporation SDR-26 PSI III ASTM D 3034 4" thru 15" 33-31-20 PVC Sewer Pie Lamson V lon Pie SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pie Vin (tech PVC Pie SDR-26 (PSI 15) ASTM D3034 4" th. 15" 12/05/23 33-31-20 PVC Sewer Pie Vin ttech PVC Pie Gravity Sewer PS 115 ASTM F 679 18" 33-31-20 PVC Sewer Pie 1-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 Hare. 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 Fin. s ASTM D 3034 3/19/2018 1 33 31 20 PVC Sewer Pie Pi elite Jet Stream SDR 26 S 115 ASTM F679 18"- 24" 3/19/2018 3331 20 PVC Sewer Pie Pi elite 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 3331 20 PVC Sewer Pie NAPC Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pie Sanderson Pi a Co . SDR 26 ASTM D3034 4"- l5" 10/21/2020 3331 20 PVC Sewer Pie NAPCO Westlake SDR 26 PS t 15 ASTM F-679 18"- 36" 2/4/2026 33 31 20 PVC Sewer Pie Hawk Plastics Corp. SDR 26 ASTM D3034 4"- 15" ' From Original Standard Products List FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water - Anaurtenances 33-12-10 (07/Ol/13) 09/03/24 33-12-10 Double Strip Saddle Ford Meter Box Co., Inc. 202B 1 "-2" SVC,. up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Rome 202NS N lon 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 33-1240 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 Po -seal 3450AS, Incl. Corp. Stop Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC a to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,610OMT & 61OMT 3/4" and 1" 10/27/87 Cub Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M I Y" and 2" 5/25/2018 33-12-10 Cub 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 Cub Stops -Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11444-WR-NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Cub Stops -Ball Meter Valves Mueller Co:, Ltd. B-25000N, B-24277N-3, B-2020ON-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSFNSF 372 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co. Ltd. B-25000N,. B-2020ON-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-2020ON-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" Ol/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 Tappiru, Sleeve Stainless Steel Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Om 02/29/12 33-12-25 Tapping Sleeve Stainless Steel Roma. SST III Stainless Steel AWWA C-223 Up to 30" w/l2" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clam 4" to 30" Plastic Meter Box w/Comosite Lid DEW Plastics lnc. DFW37C-12-lEPAFFTW Plastic Meter Box w/Com osite Lid DEW Plastics Inc. DFW39C-12-IEPAF FTW 01/30/01 Plastic Meter Box w/Com osits Lid DEW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dua1 1416 LID-9 Concrete Meter Box Bass & Has CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 Ol 08/13 ' E I-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A t" & 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 (01115/14) 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 Bartel Fire H dram 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 EA12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435 D20436 B20506 AWWA C-502 E-1-12 Dry Bsrrel 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 H dram Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 Et-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pi e & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Bartel Fire Hydrant American Flow Control (AFC) Water- 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 El1-5Detector Check Meter Ames Commmv Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701Class 3/4"-6" ' From Original Standard Products List FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water - Pi es/PVC Pressure Water 33-31-70 01/08/13 12/05/23 33-I1-12 PVC Pressure Pie Vinitech PVC Pie DR14 AWWA C900, AWWA C605, ASTMD1784 4"-16" 12/05/23 33-1.142 PVC Pressure Pie Vln (tech PVC Pie DRI8 AWWA C900, AW WA C605, ASTM D1784 09/03/24 33-I1-12 PVC Pressure Pie Northern Pipe Products DR14 AWWA C900,.AWWA C605, ASTM D1784 4"-16" 09/03/24 33-11-12 PVC Pressure Pie Northern Pipe Produ ts DRI8 AWWA C900,.AWWA C605, ASTMD1784 16"-18" 3/19/2018 331112 PVC Pressure Pie Pi elite Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pie Pi elite Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pie Diamond Plastics Corporation DR 14 AWWA C900 4"-l2" 5/25/2018 33 11 12 PVC Pressure Pie 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-I6 UL 1295 ANSI/NSF 61 FM 1612 4"-28" 12/6/201 R 33 1 1 12 PVC Pressure Pipe 1-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSJ/NSF 61 FM 1612 l6"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 331112 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16'-24" 9/6/2019 331112 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"-12" 9/6/2019 33 t 1 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- IT Water - Piues/Valves & Fittinus/Ductile Iron Fittings 33-11-11 t01/08/131 07/23192 EI-07 Ductile loon Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & Cl10 E 1-07 Ductile Iron Fittings Griffin Pipe Products Co. Mechanical Joint Fittings AWWA C 110 E1-07 Ductile Iron Fittings McWane/T ler Pi Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C I53, C I10, C I1 I 09/11/98 E 1-07 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 Ate—st Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flan Uni-Flange Series 1400 AWWA C111/C153 4"to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flrope Uni-Flange Series 1500 Circle -Lock AWWA Cl I1/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA C 11I/C 116/C 153 4" to 12" 02/29/12 33-11-I1 Ductile loon 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 C 11I/C116/C 153 4" to 24" 08/05/04 EI-07 Mechanical Joint Retainer Glands PVC Sigma, Co. Sigma One-Lok SLC4-SLC10 AWWAC111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands PVC Sigma, Co. Sigma One-Lok SLCS4-SLCS12 AWWACIII/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands PVC Si to Co. Sigma One-Lok SLCE AWWA Cl I J/C153 12" to 24" 08/10/98 E1-07 MJ Finings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E 1-24 Interior Restrained Joint System S & B Techneial Products Bulldog System ( Diamond Lok 21 & JM Eagle ASTM F-1624 4" to 12" 04/07/69 Interior Restrained Joint System Bolter 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 Sersm ore Mechanical Joint Fittings AWWA C 153 4" to 24" 1 I/07/16 33-I1-1I Mechanical Joint Retainer Glands Star Pipe Products Inc. PVC Stargrip Series 4000 ASTM A536 AWWA CI1I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pie Products, Inc. DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries Scram or EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA CI 11 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Surrupore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AW WA CI l I 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DRI8 PVC Pipe ASTM A536 AWWA CI 11 16"-1" ' From Original Standard Products List FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water - PipesNalves & Fittings/ResWent Seated Gate Valve* 33-12-20 (05AL 5) 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 2516SO 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 EI-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seated GV AWWA C509 4" to 12" 01/24/02 EI-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller E1-26 Resilient Seated Gate Valve Kennel 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 SO 6647 AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" SD 6709 AW WA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA ('515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/29/89 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 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve SO 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 EI-26 Resilient Seated Gate Valve Stcekham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" EI-26 Resilient Seated Gate Valve U.S. Pipe and Forturtry Co. Me -seal 250, re uvcments SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ East Jordan Iron Works) EJ Flowki—, Gate Valve & Boxes Remove Marco 225 MR 24-26 Water - PipesNalves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) EI-30 Rubber Seated Butterfly Valve HenryPratt Co. AWWA C-504 24" EI-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 EI-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 1221 Rubber Seated Butterfly Valve G. A. Industries Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"14" 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Cam an AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48" 02/04126 331221 Rubber Seated ButterflyValve Mueller Water Products Pratt XR-70 W/Segmented Seats AWWA C-504 24"-54" Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 EI-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWAC105 Emil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics MSP and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 EI-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD 09/06/19 33-I1-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 03/07/23 33 12 50 1 Water Sampling Station Ku f le Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller H droguard 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) 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 pan ofthe Construction Contract Documents, the requirements ofthe Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval ofthe 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 em the Fort Worth Water Department's Standard Products Yellow Highlight indicates recent changes ' From Original Standard Products List