Loading...
HomeMy WebLinkAboutContract 62204-PM1CSC No. 62204-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF PAVING & GRADING IMPROVEMENTS TO SERVE: TEXAS STAR MULTIFAMILY IPRC Record No. 24-0063 City Project No.105500 FID No. 30114-0200431-105500 EO7685 File No. K-3248 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth September 2025 1 8/7/2025 m m a OF F 519 E. Border Street 'i��P�E T �9s1111 Arlington, TX 76010 www.mmatexas.com VALERIE ARRUDA varruda@mmatexas.com tbpe #f-2759 /�o� 15160040 V�/ 11` ```/A1ON SE OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions 0011 13 ln.yit tie t Bidders Bidders Last Revised 03/20/2020 0021 13 004100 00 42 43 0043 3 inst..,,etiors to Bid Form Proposal Form Unit Price Bid Ben 03/20/2020 040:2,12014 05/22/2019 040:2,12014 0045 11 Bidders U,-o,,u l:fieatio 's Prequalification Statement 04/02 2014 09/01/2015 0045 12 00 45 26 Contractor Compliance with Workers' Compensation Law Btisi 04/02/2014 nQ i 00 4 5-40 00 52 43 Mine -ity ess Enterprise Goal Agreement a 06/16/2016 00 61 25 nn� Certificate of Insurance nerf;,..ma-aee Derma 07/01/2011 0 i�z 00 6:2 14 00 62 19 Pay-..,eft4 Bond Maintenance Bond 0 i�z 01/31/2012 00 7300 0073 10 c„rri oment., -y Conditions Standard City Conditions of the Construction Contract for Developer 07 in i 1120 i 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 mini i�ni i 013120 ��z 01 32 33 Pr-ejeet Meetings Preconstruction Video 08/30/2013 013300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 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 CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised March 20, 2020 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD:Hfortworthtexas.2ov/tDw/contractors/ or httus://apes.fortworthtexas.2ov/ProiectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 02 41 14 Util;t veme,,.,lin1a-a e..,,,ert 12i�1-2 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete �� 03 34 13 Gei4,.elle,l Tow Strengt1, N44e,-ia (C C'M 17/7 z 03 34-16 Concree- Base Mate,-ia for- T-r-eneh De,..,;,- 12 O/2 03-8-0-00 Tiled f;e,.tiens to lJ Eistiag Go e,-ete Struetur-es 12 ll�z Division 26 - Electrical xty n e�„lt� 0r 1 2H-A�r -AA �.. arrti�zn T �� �h c W. Demolition for1~leet,-;e.,l Systems 12/ ni�z 260533 R ee,, ays and Boxes for- Eleetr e.,l Systems 12QO/2 Underground Duets and v.,ee,= ays for- Eleetr e.,l Systems 0710T 26 05 50 r r lt; Di et re l,,;t t»i 6 zv-v�-�v ..QY�tl�llli7'lJ�%JP2 1� „ Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 31�-1 23 16 T..ncka aif;e,l Exea-y ti,.r 0 �70 4�13 21�3 Beffe n 1 i3 r LM.-antsn1i -3 313600 dons 11 i�lz 31�0 Ripr-ap 11 i�lz Division 32 - Exterior Improvements 2'l�T De,-,ti..,,-,ent Asphalt It D.,,4ag De.,ai 12/7 z 3201 18 27�9 Tomr,om,\y n s,.hak D.,, iag De,..,;.- 17/7zzr20/2012 Go e..ete Pa-Ang n ep i 1 � i�12 Z7�3 32 1129 Z7�3 Flexible Base Gati ses 1'f/2z Lime Treated Base Courses 12/20/2012 T,-e.,te.l re112i�lz 3l 11 27 Ge,,,ent Base Liquid Treated coil FkA li ff n4�'�15 32 1216 � , �'1o��alt I�r.�g 1 X20�12n12� 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 14 16 € riok Unit Paving 1 ��tz CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 105500 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 1723 �-z� P—a�`'�"�nt �'�l£lii�S 1 11 2�12 1-"2 P. 13 Chain Fences and Gates 12QO/20Q 3232 13 Cast -in -Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 3293 43 Trees and V.' mi-z 12/20/2012 Division 33 - Utilities 330130 Sewer and Manhole Testing 1'1M�ll�L 22�T Close Gi-eu t Television (GGTV) rnspeeti..,,, 03,10 0 3 2�0 Bypas3 Feing f Existing sting Sewer- Syste 11 � /'�tz 2 2�= ('..........:..n !-' ent -el Test Stations 1 7 /7�ri 22�z Magnesium Afede Cathodic n,- teeti r Syste ffl 17/7 z 23 04 30 07/0 T 2 2�0 Gleaning and A .,eept. nee Testing of Water- Mains ins m /n 3 22�o rltil;ty T,-ore), i7x,..,y lion r1Si11J' e,l.,�e t andBaekF'll 171 /1�ll�0 2 2�z Water- r ifte r o v 1 '1 Yf z �-v5-13 rz-cnnc,Cover- and rGrade -Rings Cast 01,92,12016 3305 13.10 Ffame, Cover- and Grade Rings Composite 01Q2,/2 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 Grade 33 05 20 17Nr Q0,12012 330521 T r ' 17Nz �� unr�.1 � �1ate 22�z Stool Cass ig-P; e 12/�12 330523 Hand Tunneling 12Q0/2012 23 05 24 of Caf fie - -Pipe i Gasi g or- Tunnel Liner- Plate 06/1 3 T3-r1-05 Belts, ,and Gaskets 12rz0r201z 22�0 Doetile r,-..,,. Pip-e 17/7 z ✓? 11 11 Dueti l e ir-e . Fittings !X20,12012 33 11 13 Cotnomtu 1"i�7 Pipe Bar- 3ALF ppocc`li, Steel Cylinder- Type 1'1/7z Q0/20Q _, _, � � � _, �. viAc�var--rrrcrPP � �1 �iP ?i? 11 11 wed Piro und Fittings 1'/'�tz 22�= Large rge [x a4ef T etefs 12/'fez ZZ�O Resilient Seated !`_.,to Valve 12/2z ZZ�i Axx WA Rubber- e- Sea4e l -BtWe,-fly x712/7 z 22�0 G,,,...b in io A;,- Valve Assemblies b.lies f Potable xx7, er- Systems 1'l/2z CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 22�0 Sta4ions 12/2n/2n12 �`t W�� � �"a�e.2 rtravravzz 22�0 St.,n.1.,r Blow E)gValve q n60/2n1�2 :a h= /1� ?-P 13 Gufod in Ilaoe Pipe (CIPP4 12 /�12 P- P. 12 Fiber -glass Dei foree,l Pipe for Sa-n ta-., Se..,o,��vs,,��____��,,����,, 12/2�ri 22 21 15 22�0 7�(`_.-...,;�., High Dw,.c t`j' D,.l.,ethy ea- l'DDB� DIp.�b Eanit.ary-Sewff 12/2 z PolyvinylGhlo-:,le (PVC) lamayit., le.,nitary Sewer-Pipe06/1 4 333121 Uol..:.1 G to -:,e rlosea Profile !-m,it.Samna,y ce.e, (PVC) r1trananz pipe 2 P. 33 Sanitary Se .., r 12/2n/2n12' �� Flip �rning �� 22 3123 �� caaitai-y Se.. D' E 12/2n/2n12 ��I'°� 1�0 �.,14�7�kt �z 22�o caaitai-y Se..,eF Se.-.,:..e r...- f e rzzan,l ce.- 4ee Line e nn /2 3 12/2rtrz0izoi2 fOF Samna,, FOFee 333170 33 39-10 Combination if Va4ye SeWeF Mains tact in INace !`.,neFete Manholes 12/�1Z 333920 �rzv 2n !'' 12/2n/2n12 �2Ec'i��vG��1� ��S zz-rrvrtvzz 22�0 Fi, ,c ga5s Manholes 121 /2 z xx astewateF eeess !''L..,mber (WAG) 12/2�n/2nOz12 Epoxy T ; e for- Sanitary Sewer- Stun etefes 1 2 0/20 22�0 22�0 22�0 11 s L Dei foFee,1 !`one-ete Stet,, SewerPipe/(''.,hefts 07/0T �i�h ��nt � orrlr �;�in 12 Polyethylene (HDPE) Pipe for- C4 /2n/2n12 �� 2241 22�z 22�0 De:,.f: Fee,1 D..1.,e41 k%e tV RDEI � P*a 11 /lrirr�zvi5 12/2Q0,12v?z 22�T S__7 �e } lot '7m1 /2n1 1 �n Slotted to:m Dins n 33 4602 Tren-Ah Dmim. 07 /nmT0 b/20 i i 22�0 rw'%'im llose TiTi.,.holes and T,,neti.,.,, Boxes 12/2�n/20z12 2 2�0 7, �d DPI ZT \,ts 1 21 /2 22�0 ue..,1..,..11s .,a,l xxliag..,..11., 07i0/2n11 1��:4TS J*�i11Tt1..e mvrrLviz Division 34 34 4 1 10 24 41 10.01 - Transportation T.-., f'f; e Signals 1 n/ 1 5 A �-rttac��n�A t�nt�e11e�'iG n� /1� 124/2n1 G n�� A Q Eent�e11 Sp 24 41 10.02 24 41 10.03 �ttae��nt� ne�eeifiemien A rrtt&E�lrii��6'tii@- SpvEificiztiAa pe TTe��,�„Y,,,.,,po-a-., T,-.,fF;e Signals 11 /2�-�evi3 Removing, Tpaff;Signals1 21 2 /2 2i1111 1 13 2 T^7'4 ?/1 2A� 1 ? ? 5 FloIing Baaaeon 11 /fin De.lestFi,., 14yb,-id C`;..nal 11 /2 34 4120 -3 Roadw lKlumimt o A& s e,Y.l.l ; es 12/2 z 34 n�0..1r A-Ae61 LED Roadway .�aTnir�06/15/2n15 ���s own 24 4120.02 � F fee.. ay LED D.,...1..,..T 06 G ., �a�ir��ros ,/2n1G� 24 it 20.03 ,/2n1C� T �D �tiaJ. RaadwT�, .-/al�inw:rs 0645,12015 24 41 2n �o �41ur��su>� �� 11 /12/2013 Single Mode Fibef Optie Cable 02/2 9 R f e !'b,.,t fo 1 11 1 /2 4 2�1�0 2 n�3 CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 105500 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 6 of 6 FC-4-0- A-vailab lily- eF GC-4.02 Subsurface and Physical Conditions FE-4.-04 U-ndogroux GG 4.06 Hazardous Environmental Condition at Site GG 6.06.D Minn -ity and Women Owned u„s;foss Ente f... fise G,,.,-,plia ee GG 6.07 Wage Rates GG 6.09- Pormito and Utilities GG 6.24- Nondisc irsinatiaff GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised March 20, 2020 in, 44 d] b.Q- INU rPL�: `dt Page I of I SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM -Texas Star UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description SpeGdicauon Unit of Bid Unit Price Bid Value Section No Measure Quantity UNIT IV: PAVING IMPROVEMENTS_ 1 0241.0401 Remove Concrete Drive 24113 SF 396 $10.30 $4,078,80 2 0241.1300 Remove Cone Curb&Gutter 24115 LF 63 $36.90 $2,324-7.0 3 3110.0102 6"-12" Tree Removal 311000 EA 2 $450.00 $900-00 4 3110.0103 12"-18" Tree Removal 1311000 EA 1 $725.00 $725.00 5 3211.0400 Hydrated Lime 321129 TON 3.6 $6.10 $21.96 6 3211.0501 6" Lime Treatment 321129 SY 201 $198.00� $39,798.00 7 3213.0101 6" Cone Pvmt 321313 SY 462 $66.67 $10,800.54 8 ' 213.0301 4" Coric Sidewalk 321320 SF 6623 $7.30 $48,347.90 9 3216.0101 6' Cone Curb and Gutter 321613 LF 73 $9.60 $700.80 10 32320100 Cone Ret Wall Adjacent to Sidewalk 32321'3 SF 266I $38.50 $10.241.00 11 3291-0100 Topsoil 329119 rY 151 $28.50 $4,303.50 12 3292 0100 Block Sod Placement 329213.j' 923 $25.60 $23,628.80 13 3305.0107 Manhole Adjustment, Minor 330514 Fps 1 $2,350.00 $2.350.001 TQ.TA�_ I INI_T IV: PAVING IMPROVEMENTSE $148,221.00 Bid Sunrntary UNIT IV --,PAVING IMPROVEMENTS_ _ $148,221,00 i Total Construction Bidf $148,221.00 This Bid is submitted by the entity named below: BIDDER: BY: R d Stonehawk General Contractor' 4550 Travis Street, Ste. 565 Dallas, TX 7520E TITLE: Project Manager DATE: Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT conmiences to run as provided in the General Conditions. END OF SECTION 70 working days after the date when the en v QP ratty WDR H STkNDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fyro 4pgrprW Z2. a lq Teas Sur Pacing IPRC Bid Proposal Fonn_2024-07-02 OD4512 DAP PI QUA TlcATION STATEI.a9VT PNge I ofl 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 Tvoe" box nrovide the complete major work "4.pud actual descrintion as movided by the Water Department for water and sewer and TPW for navinD. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Concrete Con/Recon Unlimited Tealstone Commercial, Inc. 10/31/25 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: StoneHawk General Contractor 4550 Travis Street, Ste. 565 Dallas, TX 75205 BY:��rrN W l `l IINi (Signature) TITLE: DATE: '}�9.3P.095 END OF SECTION CRY OF FORT WOM STANDARD CONSTRUCTION PPEQUALM=DN STATEMENT -DEVELOPER AWARDED PROIERS 004512Prep-Km[ion Statement 2015_DAP(1) Form Version September 1, 2015 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 004526-1 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.105500. 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: StoneHawk General Contractor Company 4550 Travis Street, Ste. 565 Address Dallas. TX 75205 City/State/Zip THE STATE OF TEXAS COUNTY OFTARRANT By: 'Ku�r..1y\. l,Jt\lilhh \, "\ (Please Print) p Signature:l Title: War .,a-4 eV - (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared �Lf11aPl�, 14 i 1 ka aS , known 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 for the purposes and consideration therein expressed and in the capacity therein stated. GIVENn UNDER MY HAND AND SEAL OF OFFICE this day of St 201 Nota�d for t*heState of Texas 38 39 END OF SECTION .......... SUZANNE COPELAND z�'pr apB'�B _Notary Public, State of Texas 40 .:;Z Comm. Expires 05.27-2028 Notary ID 132471476 , CITY OF FORT WORTH Revised April2, 2014 Texas Star Multifamily 105500 0 SECTION 00 52 43 AGREEMENT 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 3 4 THIS AGREEMENT, authorized on 12/22/2024 is made by and between the Developer, 5 StoneHawk Colton, LLC, authorized to do business in Texas ("Developer") , and StoneHawk 6 General Contractor, LLC, authorized to do business in Texas, acting by and through its duly 7 authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Texas Star Multifamilv 17 105500 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 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 70 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City 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 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Zero Dollars ($0.00) for each day that expires after the time specified in 36 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised June 16, 2016 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 One Hundred Forty -Eight Thousand Two Hundred 40 Twenty -One Dollars and Zero Cents ($148.221.00). 41 Article 5. CONTRACT DOCUMENTS Cl�.��K�]►Y Y �1►Y 11.E 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Fofm (As pfovided by PeN,eleper-) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Feder -al doclumn: b. Insurance ACORD Form(s) e. Payment Bond (DAP Ver-sion) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) g. Worker's Compensation Affidavit a. Nimirrtnl'.,nt F:7-.vn (if r-e"if 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 FIA�.Wm Will Ie11104 u I e I I W [97.111 [0eI 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by anv act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is alleged or 93 proven that all or some of the damages being sought were caused. in whole or in Dart, 94 by anv act, omission or negligence of the citv. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and III CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised June 16, 2016 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 116 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatory of the Contractor. 120 121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 122 counterparts. 123 124 This Agreement is effective as of the last date signed by the Parties ("Effective Date'). 125 Contractor: StoneHawk General Contractor, LLC By: �Z��Z l(signature) �f (an Wry Ird►1e� (Printed Name) Title: Company Name: StoneHawk General Contractor, LLC Address: 4550 Travis Street, Ste. 565 City/State/Zip: Dallas, TX 75205 Developer: StoneHawk Colton, LLC By: /,1�7�_X �(itiv� VUdI��.GCI` (Printed Name) Title: Company name: StoneHawk Colton, LP Address: 4550 Travis Street, Ste. 565 City/State/Zip: Dallas, TX 75205 12/22/2024 Date Date 126 12/22/2024 CITYOF FORT WORTH Texuj'Siar�Iulllfumdly STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Revised June 16, 2016 ON ^ POLICY NUMBER:BCS2001888 COMMERCIAL GENERAL LIABILITY CG 20 37 12-19 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 Organization(s) Location And Description Of Completed Operations Any person or organization when required All Locations by written contract or agreement, executed prior to the occurrence to which this insurance applies, that such person or organization be added as an additional insured on your policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. 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 POLICY NUMBER:BCS2001888 COMMERCIAL GENERAL LIABILITY CG 20 10 12-19 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) Location(s) Of Covered Operations Any person or organization when required All Locations by written contract or agreement, executed prior to the occurrence to which this insurance applies, that such person or organization be added as an additional insured on your policy Information required to complete this Schedule, if not shown above, will be shown in the Declarations. 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: 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. 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 insurance does not apply to "bodily injury" or This endorsement shall not increase the applicable "property damage" occurring after: limits of Insurance. CG 20 10 12-19 © Insurance Services Office Inc. 2018 Page 1 of 1 ^ 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 (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. 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 CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER:BCS2001888 COMMERCIAL GENERAL LIABILITY CG 20 37 12-19 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 Organization(s) Location And Description Of Completed Operations Any person or organization when required All Locations by written contract or agreement, executed prior to the occurrence to which this insurance applies, that such person or organization be added as an additional insured on your policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. 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 POLICY NUMBER:BCS2001888 COMMERCIAL GENERAL LIABILITY CG 20 10 12-19 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) Location(s) Of Covered Operations Any person or organization when required All Locations by written contract or agreement, executed prior to the occurrence to which this insurance applies, that such person or organization be added as an additional insured on your policy Information required to complete this Schedule, if not shown above, will be shown in the Declarations. 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: 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. 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 insurance does not apply to "bodily injury" or This endorsement shall not increase the applicable "property damage" occurring after: limits of Insurance. CG 20 10 12-19 © Insurance Services Office Inc. 2018 Page 1 of 1 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 (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. 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 CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 SECTION 00 6219 MAINTENANCE BOND 006219-1 MAINTENANCE BOND Page I of 3 Bond No. SPA 150710-003 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we StoneHawk General Contractor, LLC known as "Principal" herein and SiriusPoint America Insurance Company a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, StoneHawk Colton. LLC, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum of One Hundred Fortv-Eight Thousand Two Hundred Twentv-One Dollars And Zero Cents ($148,221,00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, finely by these presents. 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number CFA24-0090 ;and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 29th day of October 20 24 , which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as Texas Star Multifamily; and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 34 CITY OF FORT WORTH Texas Star Multifamily STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 10JOP 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 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period, 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, -HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH Texas Star Mullifamily STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31,2012 10jJ00 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 006219-3 MAINTENANCE BOND Page 3 o0 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 23rd day of December .2024 PRINCIPAL: StoneHawk General Contractor. LLC ATTEST: (Principal) Secretary Witness as to Principal AT-rEST: (Surety) Secretary Witne Wast. S1 Secretary BY: Signature 9A AvJ Wc:A V N-VLEL V_ t (&p_rva �_ Name and Title Address: 4550 Travis St., Suite 565 Dallas, Texas 75205 SURETY: SiriusPoint America Insurance Company BY: Maryana Zhuk, Attorney -in -Fact Name and Title Address: 285 Fulton St, Ste 47J New York, NY 10007 Telephone Number: (212) 312-2526 *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 mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WOR`I'H STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31,2012 Texas,51ar Mallifainily 1055011 POWER OF ATTORNEY HOTCAROI_0523 SIRIUSPOINT AMERICA INSURANCE COMPANY NEW YORK KNOW ALL MEN BY THESE PRESENTS:That SiriusPoint America Insurance Company (the "Company"), a New York corporation, having its principal office in the City of New York, pursuant to the following Resolution, which was adopted on August 27,2024 by Unanimous Written Consent of the Board of the Directors of the Company, to wit: RESOLVED, that the President, Senior Vice President, Chief Financial Officer, Secretary or the Assistant Secretary is hereby authorized to execute Powers of Attorney appointing as attorneys -in -fact selected employees of certain surety companies who shall have the power for and on behalf of the Company to execute and affix the seal of the Company to surety contracts as co -surety. Does hereby nominate, constitute and appoint: Daphne Clark. Farrah Carlton, Gary Lindsey, Greg Hotchkiss, Ken Hotchkiss, Maryana Zhuk, Mike Hotchkiss, Trenae Marsh, Tye Justice, Wes Weatherred Its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf, and its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee) and to bind the Company thereby as fully and to the same extent as of same were signed by the duly authorized officers of the Company, provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $62,687,000 single bond limit All acts of said attorneys -in -fact pursuant to the authorities herein given are hereby ratified and confirmed. The President, Senior Vice President, Chief Financial Officer, Secretary or Assistant Secretary may from time to time and at any time remove such appointee and remove the power given to him or her. The execution of such bonds or undertakings in pursuance of these presents, within one year of the date of these present, shall be binding under said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in New York, New York, in their own proper persons. IN WITNESS WHEREOF, SiriusPoint America Insurance Company has caused its corporate seal to be hereunto affixed and these presents to be signed by its President this tenth day of October, 2024. AA,P,PP,P„,,,, k k0",CA INs SiriusPoint America Insurance Company SEALS r 1979= W Y� `i State of New York �, .... k.= Paul Mihulka County of New York ',+4' '•P)P„Y�AAAAAAAA'k President On this tenth day of October 2024, before me a Notary Public of the State of New York, in and for the County of New York, duly commissioned and qualified, came Paul Mihulka, President, of SiriusPoint America Insurance Company, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal. Jab .06 susAH HISCOM ioa� V1 Nataa'Y Public - State C( mew York - Mo.Otlli6444797 /Notary Public Qm lifled in Ndwswnd tau"tY MYCammissianExpires Cwc 5, 2026r � My Commission expires STATE OF New York COUNTY OF New York I, Paul Mihulka, President of SiriusPoint America Insurance Company, a New York corporation, do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney, is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seat of said Company, on the 23rd day of December 2Q 24 197 Paul Mihulka Presidewt 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 Article4 — 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 Labour; Workings Hours...................................................................................................... 13 5.03 Services, Materials, and Equipment................................................................................ 13 5.04 Project Schedule.............................................................................................................. 14 5.05 Substitutes and "Or-Equals"............................................................................................ 14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) ................................. 16 5.07 Concerning Subcontractors, Suppliers, and Others......................................................... 16 5.08 Wage Rates............................................................................................................................ 18 5.09 Patent Fees and Royalties................................................................................................ 19 5.10 Laws and Regulations........................................................................................................... 19 5.11 Use of Site and Other Areas............................................................................................ 19 5.12 Record Documents................................................................................................................ 20 5.13 Safety and Protection....................................................................................................... 21 5.14 Safety Representative............................................................................................................ 21 5.15 Hazard Communication Programs.................................................................................. 22 5.16 Submittals........................................................................................................................22 5.17 Contractor's General Warranty and Guarantee............................................................... 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification................................................................................................................ 24 5.19 Delegation of Professional Design Services................................................................... 24 5.20 Right to Audit: .................................................................................................................. 25 5.21 Nondiscrimination...........................................................................................................25 Article 6 - Other Work at the Site.................................................................................................................26 6.01 Related Work at Site........................................................................................................ 26 Article 7 - City's Responsibilities........................................................................................................................ 26 7.01 Inspections, Tests, and Approvals................................................................................... 26 7.02 Limitations on City's Responsibilities............................................................................ 26 7.03 Compliance with Safety Program................................................................................... 27 Article 8 - City's Observation Status During Construction.................................................................... 27 8.01 City's Project Representative.......................................................................................... 27 8.02 Authorized Variations in Work............................................................................................ 27 8.03 Rejecting Defective Work............................................................................................... 27 8.04 Determinations for Work Performed.................................................................................... 28 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 Prince; 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 Article13 - 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 .......................................... 14.03 Cumulative Remedies ........................................... 14.04 Survival of Obligations ........................................ 14.05 Headings............................................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 34 34 .35 .35 0073 10-1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1 — DEFINITIONS AND TERMINOLOGY 101 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw —City's on-line, electronic document management and collaboration system. 5. Calendar Day —A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement. Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including. a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions I. Supplementary Conditions M. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. IL 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 ofFort 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 theDeveloper. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition ofDrawings. 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 ContractDocuments. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7.00 a.m. and ending at 6.00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 apart 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 ofa part of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to actfor 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 ofperforming 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. 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 andlnsurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 403 Certificates oflnsurance 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. 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: claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10of35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of a. $1,000,000 each occurrence b. $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 I of 35 1) ,$1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operatedby: NONE 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: NONE b. Each Occurrence: NONE 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation. Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance ofBonds and Insurance, Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 7310- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14of35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "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 aproven record ofperformance and availability ofresponsive 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 16of35 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 5.05.13. 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 ofsubstituted 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 5.05.13. 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 o)Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17of35 ❑ Required for this Contract. (Chcck this box if thcrc is any City Participation) ® Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 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 of35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. -/ Not Required for 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 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19of35 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 ofsite and Other Areas A. Limitation on Use of site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 t0-20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work. During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning. 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning. Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 t0-22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C . City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 I0-23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of35 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 caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations byCity; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 t0-24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. 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 of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit. A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended. Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 IO- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work atSite 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 Paragraph5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 t0- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 t0- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9 02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE, CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 t0-29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice ofDefects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 IO- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal ofDefective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 IO- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 IO- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 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; 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. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 IO- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving parry. 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 of35 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 andparagraph headings are inserted for convenience only and do not constitute parts ofthese 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 Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 105500 Revised December 20, 2012 01 11 00 - 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 Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 105500 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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] i 11QI ZI] Icy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 105500 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES f.YIC�[I]�Dji�YIII] Y81:1,.3 010110 Is) ► a 9 kIT8161110181.14 �y PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 4 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 IRM97[yWWI17Z%140IDleh87 ZIZy011114*9M A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance ofproposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected i£ 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 1W PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING I9;1 11416326*1 I:ZIl4i 0Is] ►Iu 191 so I I►10 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel 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 f!I► 7 41 WW17 7W40 I Dleh 8 9 Z00] 041114*9 M A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 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 m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 0131 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 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 I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Pagel of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO 17\;71 WE11" 01001.17.11 0 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 013233-2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 �� 019i I [1301111R C11III; 117:11'7Y8J:3UIIa1I:11rLy PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Sectionnumber. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 %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 Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 013300-3 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 limitedto: 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 Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 013300-4 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 Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 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. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It maybe 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 Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 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 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] CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 0135 13 -1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Txas 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 1. (Coordination with North Central Texas Council of Governments Clean 19 Construction Specification [remove if not required]) 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 — General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 27 1.2 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 33 High Voltage Overhead Lines. 34 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 35 Specification 36 1.3 ADMINISTRATIVE REQUIREMENTS 37 A. Coordination with the Texas Department of Transportation 38 1. When work in the right-of-way which is under the jurisdiction of the Texas 39 Department of Transportation (TxDOT): CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 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 37 38 39 40 41 42 43 0135 13 -2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August, 30, 2013 0135 13 -3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August, 30, 2013 0135 13 -4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 H. Coordination with United States Army Corps of Engineers (USAGE) 18 1. At locations in the Project where construction activities occur in areas where 19 USAGE permits are required, meet all requirements set forth in each designated 20 permit. 21 1. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 J. Dust Control 37 1. Use acceptable measures to control dust at the Site. 38 a. If water is used to control dust, capture and properly dispose of waste water. 39 b. If wet saw cutting is performed, capture and properly dispose of slurry. 40 K. Employee Parking 41 1. Provide parking for employees at locations approved by the City. 42 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 43 Construction Specification [if required for the project] 44 1. Comply with equipment, operational, reporting and enforcement requirements set 45 forth in NCTCOG's Clean Construction Specification. } CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 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 SUBMITTALSANFORMATIONAL 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] i 11QI ZI] Icy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August, 30, 2013 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 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: 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.> OR 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 Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August, 30, 2013 1 2 4 Date: EXHIBIT B FORT WORTH DOE NO. xxxx Project Name: 0135 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 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 THIS 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 Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Pagel of 2 ;yx611113011 i1E,&* 1 10M11010[ef:1►1101►639114JI0M IM11:NT/lei 9fy 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 Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 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 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 Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Pagel of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 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 IRM9711WW1III Z%140IDleh89 ZIII]0I1117M A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised JULY 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 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. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised July 1, 2011 0157 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 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) 392- 6088. 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 Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 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 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] 111\IZI]ON] DcalICC7 I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised July 1, 2011 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of4 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4. Deliver products or equipment in manufacturer's original unbroken cartons orother 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. S. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses ofand access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any otherway 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 [NOTUSED] END OF SECTION CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION 0 xej Y 1130111IF11I111II1 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 4 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE 4/7/2014 NAME M.Domenech 10401Z17 wl OEM 111130 Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Pagel of 4 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 71 23 - 3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 0177 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOTUSED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 0177 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Pagel of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions £ Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA 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] DATE NAME 8/31/2012 D. Johnson 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1 — title of section removed Revised for DAP Application Page 5 of 5 CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Pagel of 4 I'l:Z N11411I8:111416 ' U 9 6Zfli1u10►11N PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION 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 Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 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 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] ���I �[KI ; � � IZflilu I �1►Y K" A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 1117•r02l 4/7/2014 I0/:1ul0, M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 105500 Revised April 7, 2014 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105500 Revised July 1, 2011 PI ECS Southwest,, LLP Geotechnical Engineering Report Residential Development at Trinity Boulevard 11450 Trinity Boulevard Euless, Texas 76040 ECS Project Number 63:1625-A May 20, 2022 Erc, 0 QS ECS SOUTHWEST, LLP "Setting the Standard for Service" Geotechnical • Construction Materials • Environmental • Facilities TX Registered Engineering Firm F,a469 May 20, 2022 Mr. Matt Swedenburg Development Associate Stone Hawk Capital Partners 2772 Routh Street Dallas, Texas 75201 ECS Project No. 63:1625-A Reference: Geotechnical Engineering Report Residential Development at Trinity Boulevard 11450 Trinity Boulevard Euless, Texas 76040 Dear Mr. Swedenburg: ECS Southwest, LLP (ECS) has completed the subsurface exploration, laboratory testing, and geotechnical engineering analyses for the above -referenced project. Our services were performed in general accordance with our agreed to scope of work. This report presents our understanding of the geotechnical aspects of the project along with the results of the field exploration and laboratory testing conducted, and our design and construction recommendations. It has been our pleasure to be of service to Stone Hawk Capital Partners during the design phase of this project. We would appreciate the opportunity to remain involved during the continuation of the design phase, and we would like to provide our services during construction phase operations as well to verify subsurface conditions assumed for this report. Should you have any questions concerning the information contained in this report, or if we can be of further assistance to you, please contact US. Respectfully submitted, ECS Southwest, LLP Ishtiaque Hossain, PhD, P.E. Geotechnical Department Manager IHossain@ecslimited.com Aaron (Haicheng) Mao, MCE, P.E. Geotechnical Project Manager AMao@ecslimited.com .E. Principal Engineer MZortman@ecslimited.com r MARK .. RCrMAN ;.. . _ _....... 99872 i4as fC)NAL S 2621 White Settlement Road, Fort Worth, TX 76107 • T: 682-350-2250 • www.ecslimited.com ECS Capitol Services, PLLC • ECS Florida, LLC • ECS Mid -Atlantic, LLC • ECS Midwest, LLC • ECS Southeast, LLP • ECS Southwest, LLP Residential Development at Trinity Boulevard ECS Project No. 63:1625-A TABLE OF CONTENTS May 20, 2022 Page EXECUTIVE SUMMARY.............................................................................................................1 1.0 INTRODUCTION..................................................................................................................2 2.0 PROJECT INFORMATION.....................................................................................................3 2.1 Project Location/Current Site Use..........................................................................................3 2.2 Proposed Construction...........................................................................................................3 3.0 FIELD EXPLORATION...........................................................................................................4 3.1 Subsurface Characterization..................................................................................................4 3.2 Groundwater Observations....................................................................................................5 3.3 Laboratory Testing.................................................................................................................6 4.0 DESIGN RECOMMENDATIONS.............................................................................................7 4.1 Existing Fill Materials..............................................................................................................7 4.2 Ground Improvements...........................................................................................................7 4.2.1 Full Excavation..............................................................................................................7 4.2.2 Partial Excavation.........................................................................................................8 4.2.3 Aggregate Geopiers.....................................................................................................8 4.3 Potential Vertical Movement and Subgrade Improvement...................................................8 4.4 Foundations -Monolithic Slab-on-Grade.................................................................................9 4.4 Building Perimeter Conditions.............................................................................................11 4.5 Site Retaining Walls..............................................................................................................11 4.6 Seismic Design Considerations.............................................................................................12 4.7 Pavement Sections — Exterior parking and travel................................................................13 4.8 Detention Pond....................................................................................................................15 5.0 SITE CONSTRUCTION RECOMMENDATIONS.......................................................................17 5.1 Subgrade Preparation..........................................................................................................17 5.1.1 Stripping and Grubbing...............................................................................................17 5.1.2 Proofrolling (Soil Subgrades)......................................................................................17 5.1.3 Site Temporary Dewatering........................................................................................17 5.2 Earthwork Operations..........................................................................................................18 5.3 Material Specifications.........................................................................................................19 5.3.1 Moisture Conditioning Clay Fill...................................................................................19 5.4 Foundation and Slab Observations......................................................................................19 5.5 Utility Installations...............................................................................................................19 6.0 CLOSING...........................................................................................................................21 Residential Development at Trinity Boulevard ECS Project No. 63:1625-A APPENDICES Appendix A — Figures • Site Location Map • Boring Location Diagram • Test Pit Location Diagram • Regional Geology Appendix B — Field Operations • Reference Notes for Boring and Test Pit Logs • Boring Logs PB-1 to PB-5, and B-01 to B-04 • Test Pit Logs TP-1 to TP-9 Appendix C — Laboratory Testing • Laboratory Testing Summary Appendix D — Supplemental Report Documents • Clay Plug at Utility Trench • French Drain Installation Procedure May 20, 2022 Page ii Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 1 EXECUTIVE SUMMARY The following summarizes the main findings of the exploration, particularly those that may have a cost impact on the planned development. Further, our principal foundation recommendations are summarized. This Executive Summary is intended as a very brief overview of the primary geotechnical conditions that are expected to affect design and construction. Information gleaned from the executive summary should not be utilized in lieu of reading the entire geotechnical report. Based on the information supplied by the Stone Hawk Capital Partners, the project consists of multi -family community development. Associated surface parking and driveways are also included in the project. Borings PB-1 to PB-3 encountered existing fill to depths up to 15 feet below the existing site grades. Test pits TP-1 to TP-6, TP-8 and TP-9 encountered existing fill to the depths up to 20.5 feet below the existing site grades. The existing fill materials generally consisted of mostly soil but varying and distinct amounts of concrete, asphalt, plastic bags, plastic sheets, wood, metal, pipes, steel drum, brick and cables. Remaining borings encountered natural soils which consist predominantly of lean clay and clayey sand with sand seams and intermittent gravel to the maximum boring termination depth of about 25 feet. Groundwater was not observed in any borings during or upon the completion of drilling operations. However, groundwater was observed in test pits TP-5, TP-6 and TP-8 at depths of about 3 feet to 11 feet below the existing site grades during the excavation operations and observed in these test pits at depths of 3 feet to 11.5 feet below the existing site grades. Groundwater was not observed in remaining test pits during or upon the completion of excavation operations. • Subgrade improvements will be required to address both expansive natural soils as well as existing undocumented fill. • Subsequent to the recommended subgrade improvements, the planned residential buildings can be supported on a monolithic slab on grade foundation system. • It is recommended that ECS conduct a geotechnical review of the project plans (prior to issuance for construction) to check to see that ECS' geotechnical recommendations have been properly interpreted and implemented. • To prevent misinterpretation of ECS recommendations, ECS should be retained to perform quality control testing and documentation during construction of the earthwork and foundations for the project. Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 2 1.0 INTRODUCTION The purpose of this study was to provide geotechnical information for the design and construction of new multifamily residential buildings on an approximate 14-acre parcel. Associated utility improvement, and surface parking and driveways are also included in this project. The recommendations developed for this report are based on project information supplied by client. Our services were provided in accordance with our Proposal No. 63:2184-GP (Rev.1), dated on March 17, 2022, and executed on March 23, 2022, which includes our standard Terms and Conditions. This report contains the procedures and results of our subsurface exploration and laboratory testing programs, review of existing site conditions, engineering analyses, and recommendations for the design and construction of the project. The report includes the following items. • A brief review and description of our field and laboratory test procedures and the results of testing conducted. • A review of surface topographical features and site conditions. • A review of area and site geologic conditions. • A review of subsurface soil stratigraphy with pertinent available physical properties. • A final copy of our soil test borings and test pits. • Recommendations for foundation. • Recommendations for site retaining walls. • Recommendations for pavements. • Recommendations for detention pond. • Recommendations for site preparation and construction of compacted fills, including an evaluation of on -site soils for use as compacted fills. Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 3 2.0 PROJECT INFORMATION 2.1 PROJECT LOCATION/CURRENT SITE USE The project site is located at 11450 Trinity Boulevard in Euless, Texas (GPS: 32.8099 N, 97.1204 W). The site is currently undeveloped with some vegetation and trees. The location is depicted in Figure 2.1.1 as shown below. Figure 2.1.1 Site Location 2.2 PROPOSED CONSTRUCTION Based on the contour map obtained from NCTCOG (www.dfwmaps.com) the overall property slopes down from west to east with maximum and minimum elevations of about 550 and 530 ft. The following information explains our understanding of the planned development including the proposed buildings: SUBJECT I DESIGN INFORMATION / ASSUMPTIONS Site Area Usage Framing (assumed) Finish Floor Elevation 14 acres Residential Wooden Structure No site plan available Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 4 3.0 FIELD EXPLORATION The field exploration was planned with the objective of characterizing the project site in general geotechnical and geological terms and to evaluate subsequent field and laboratory data to assist in the determination of geotechnical recommendations. The subsurface conditions were explored by four (4) borings drilled to a maximum depth of about 25 feet below the existing site grades. A truck -mounted drill rig with continuous flight augers was utilized to drill the borings. Previously, 5 borings and 9 test pits were performed on the subject site. The previous boring and test pit logs are included with this report. The boring and test pit locations were determined by and identified in the field by ECS personnel using the supplied diagram. The approximate as -drilled boring and as -excavated test pit locations are shown on the Boring and Test Pit Location Diagram in Appendix A. The ground surface elevations noted in this report were obtained from NCTCOG (www.dfwmaps.com), which provided elevation contours in 2-foot intervals. Representative soil samples were obtained by means of the split -barrel and Shelby tube sampling procedures in accordance with ASTM Specifications D-1586 and D-1587, respectively. In the split - barrel sampling procedure, a 2-inch O.D., and split -barrel sampler is driven into the soil a distance of 18 inches by means of a 140-pound hammer falling 30 inches. The number of blows required to drive the sampler through a 12-inch interval is termed the Standard Penetration Test (SPT) value and is indicated for each sample on the boring logs. In the Shelby tube sampling procedure, a thin walled, steel seamless tube with sharp cutting edges is pushed hydraulically into the soil, and a relatively undisturbed sample is obtained. Field logs of the soils encountered in the borings were maintained by the drill crew and in test pits by ECS personnel. After recovery, each geotechnical soil sample was removed from the sampler and visually classified. Representative portions of each soil sample were then wrapped in plastic and transported to our laboratory for further visual examination and laboratory testing. After completion of the drilling operations, the boreholes were backfilled with auger cuttings to the existing ground surface. 3.1 SUBSURFACE CHARACTERIZATION The regional parent geologic mapping indicates that the site is underlain by the Fluviatile Terrace Deposits (Qt). In the Fluviatile Terrace soil deposits have been transported to the areas where they lay by water instead of having been weathered from their original rock. They are often "flood plane" deposits at some of the lowest elevations in the region. Typically, water that deposits these soils first erodes portions of their original formation(s), then transports and leaves behind these types of deposits. Please refer to the regional geology in Appendix A. With the exception of the undocumented fill, the subsurface conditions encountered were generally consistent with published geological mapping. The following sections provide generalized characterizations of the soil and rock strata from the soil borings. Please refer to the boring logs in Appendix B. Residential Development at Trinity Boulevard ECS Project No. 63:1625-A Subsurface Stratigraphy Approximate Depth to Elevation of Bottom of Bottom of Strata (ft) Strata ili (ft) Stratu Notes: 0 to 15' 4 to 233 11 to 254 25s EL. + 524.0 to 540.0 EL. + 521.0 to 542.0 EL. + 521.0 to 535.0 EL. +519.Oto521.0 V Description FILL, LEAN CLAY, brown, light brown, with sand seams, asphalt, concrete, plastic bags (CL) LEAN CLAY, dark brown, brown, light brown, with sand seams, gravel (SC) CLAYEY SAND, brown, light brown, reddish brown, olive brown, light grayish and yellowish brown, yellowish brown CEMENTED SAND, reddish brown, yellowish brown, brown, with clay seams May 20, 2022 Page 5 Consistency Very Stiff to Hard Very Stiff to Hard Very loose to Very Dense (1) Please note that the ground surface elevations were not surveyed by a licensed surveyor; these elevations are approximate based on dfwmaps.com. Elevation ranges are approximate +/- several feet. (2) Encountered in boring PB-01 and P13-04. (3) Encountered in borings B-01 to B-04. (4) Encountered in borings B-01 to B-04. B-03 was terminated in this stratum at a depth of 25 feet. (5) Encountered in borings B-01 and B-04. These borings were terminated in this stratum at a depth of 25 feet. The test pits encountered fill soils with Clay and Sand to the depths of about 12 to 20.5 feet with varying amounts of concrete, asphalt, plastic bags, plastic sheets, wood, metal, pipes, steel drum, brick and cables. Natural soils were encountered below the existing ground surface in test pit TP-7 and below the existing fill in test pits TP-1, TP-2, TP-4, TP-5 and TP-8. We did not encounter native soils in TP-3, TP-6 and TP-9 after excavating about 18.5 to 20.5 feet below existing site grades. Our excavator could only go to a maximum depth of about 20.5 feet. Please refer to the test pits logs in Appendix B. 3.2 GROUNDWATER OBSERVATIONS Groundwater level observations were made in the borings during drilling operations and in test pits during excavation operations. In auger drilling operations, water is not introduced into the borehole and the groundwater position can often be determined by observing water flowing into the excavation. Furthermore, visual observation of soil samples retrieved can often be used in evaluating the groundwater conditions. Groundwater seepage was not encountered in any borings during drilling or upon the completion of drilling operations. However, groundwater was observed in test pits TP-5, TP-6 and TP-8 at depths of about 3 feet to 11 feet below the existing site grades during the excavation operations and observed in these test pits at depths of 3 feet to 11.5 feet below the existing site grades. Groundwater was not observed in remaining test pits during or upon the completion of excavation operations. Variations in groundwater levels can occur as a result of changes in precipitation, evaporation, surface water runoff, construction activities, and other factors not immediately apparent at the time of this exploration. The highest groundwater observations are normally observed in the late Residential Development at Trinity Boulevard ECS Project No. 63:1625-A May 20, 2022 Page 6 winter and early spring. Therefore, the groundwater conditions at this site could be different at the time of construction. The possibility of groundwater level fluctuation should be considered when developing the design and construction plans for the project. 3.3 LABORATORY TESTING The laboratory testing consisted of selected tests performed on samples obtained during our field exploration operations. Classification and index property tests were performed on representative soil samples. The tests included moisture content, Atterberg limits and gradation tests (percent passing No. 200 sieve). Soil samples were visually classified on the basis of texture and plasticity in accordance with ASTM D2488 Standard Practice for Description and Identification of Soils (Visual -Manual Procedures) and including USCS classification symbols, and ASTM D2487 Standard Practice for Classification for Engineering Purposes (Unified Soil Classification System (USCS). After classification, the samples were grouped in the major zones noted on the boring logs in Appendix B. The group symbols for each soil type are indicated in parentheses along with the soil descriptions. The stratification lines between strata on the logs are approximate; in situ, the transitions may be gradual. Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 7 4.0 DESIGN RECOMMENDATIONS The following recommendations have been developed on the basis of previously described project characteristics and subsurface conditions. If there are any changes to the project characteristics or if different subsurface conditions are encountered during construction, ECS should be consulted so that the recommendations of this report can be reviewed. Grading plan or site plan was not available during the preparation of this report. When a site plan or finished floor elevations are available the recommendations provided below should be evaluated by our office. 4.1 EXISTING FILL MATERIALS For our Preliminary Report of Subsurface Exploration & Geotechnical Analysis report dated March 9, 2022, five borings were drilled on the site. Clay fill materials were encountered in three (3) of these borings to the auger -refusal depths of 2 feet to 15 feet below the existing site grades. Auger refusal materials are indicators of very hard or very dense zones unable to be advanced by the drilling equipment due to fill obstructions (concrete, rebar, other). In generally, the surficial several feet of surficial soil cover predominately consisted of soil type material with variable but distinct amounts of asphalt, concrete and reinforcing debris. In order to delineate the fill soils, we proposed to perform test pits across the fill area. Based on our Geotechnical Letter Report on Test -Pits dated April 19, 2022, test pits encountered fill soils with Clay and Sand to the depths of about 12 to 20.5 feet with varying amounts of concrete, asphalt, plastic bags, plastic sheets, wood, metal, pipes, steel drum, brick and cables. Natural soils were encountered below the existing ground surface in one test pit and below the existing fill in four test pits. We did not encounter native soils in three test pits after excavating about 18.5 to 20.5 feet below existing site grades. Given these observations and the lack of documentation that would substantiate that the existing fill materials were placed in a controlled manner, we do not recommend supporting the foundations and slabs directly on the existing fill soils since undesirable differential settlements may occur. 4.2 GROUND IMPROVEMENTS Buildings and pavements within the areas of undocumented fill will be required ground improvement in order to reduce the long-term movements to more tolerable levels. These options are summarized below. 4.2.1 Full Excavation The first option is to remove the existing fill materials in their entirety from the limits of the proposed building pads (including a 10 foot off -set on all sides of the building) and establish the proposed grades with suitable material. The engineered fill material may be generated from on - site excavations, which has been adequately sieved and/or crushed to meet the requirements of this report or imported as defined previously. The proposed foundations and or slabs then be supported on the new fill material. Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 8 A significant portion of the existing fill contains varying amounts and sizes of trashes and unsuitable materials. Any trashes and unsuitable materials including cobble, boulder, plastic trash, wood and metal plates, round wood, steel pipe, PVC pipe, clay pipe, steel drum, brick, trash, rebar and cable and any other particles including concrete and asphalt with a diameter greater than four (4) inches encountered in existing fill should be remove from the site. Accordingly, most of the existing fill would need to be replaced with imported fills. We anticipate that with an aggressive sieving and processing operation potentially 20% to 30% of the existing materials will be suitable for re -use. Under this option, the fills would be completely removed and replaced, minimizing the potential for excessive movements related to the existing fills. Long term movements will be on the order of 1 inch or less with differential movements of 3/4". 4.2.2 Partial Excavation The second alternative will be to excavate the existing fills, where encountered, to about half the full depth of existing fill below the finished floor subgrade elevation and replace those soils with engineered fills, plus a 10-foot building offset. With this option, the movements related to the existing fills is reduced, but not eliminated. The partial undercut method would likely be less expensive than the full undercut option and reduce the risk associated with doing nothing. However, the existing fill left below the engineered fill does create some risk of future settlement. Long term movements will be on the order of 2 inches with differential movements of about 1 inch. 4.2.3 Aggregate Geopiers`' A third ground improvement technique is the use of short drilled aggregate piers. The piers are typically extended to depths of 12 to 15 feet below the existing ground surface (through the fill and into the natural soils) and consist of 30-inch diameter drilled excavations, which are backfilled in 1- foot lifts utilizing compactive effort and granular aggregate. The GeopiersT' are compacted utilizing a flat plate on the end of a backhoe mounted hoe ram. The soil reinforcement occurs as a result of the excavation of the existing soils and replacement by dense granular aggregate. In addition, some limited densification of the surrounding soils is reported to occur. The engineering characteristics of the reinforced soil are significantly improved to allow the placement of spread footing foundations PTI slabs. GeopiersTm are normally designed by a design build contractor and the proposed soil improvement plan is reviewed by the Geotechnical Engineer of Record. 4.3 POTENTIAL VERTICAL MOVEMENT AND SUBGRADE IMPROVEMENT Outside of the areas where existing undocumented fill was encountered, the natural soils have low to moderate expansion potential. The natural clay soils encountered at this site are highly expansive. These soils are susceptible to shrink swell tendencies, occurring seasonally, throughout the life of the building with the changes in moisture content. Based on test method TEX-124-E in the Texas Department of Transportation (TxDOT) Manual of Testing Procedures, overburden swell tests and our experience with similar soils, we estimate potential vertical soil movements (PVM) are on the order of about 3.0 inches, Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 9 based on dry conditions. The actual movements could be greater if poor drainage, ponded water, and/or other unusual sources of moisture are allowed to saturate the soils beneath the structure after construction. In order to reduce the risk associated with future movements, we recommend the following subgrade improvements to achieve a uniform PVM across the subgrade. Please note, these recommendations are the minimum requirements to reduce potential movements below the floor slab due to expansion potential. Other recommendations presented in this report regarding foundation support should also be followed. The depth of subgrade modification should be selected based on the allowable post -construction movement of the floor slabs. Recommended Subgrade Improvements (Natural Soil Areas) Options Depth of MoistureTotal Depth of Improved Anticipated PVM (inch) Conditioning (feet)' Zone (feet) Option 1 6 6 1 Option II 4 4 1.5 Option III 2 2 2 '-All Fill Above Existing Grades Should Be Moisture Conditioned z - If the moisture of the pads is maintained throughout construction, no cap is required. Otherwise, the pads should be covered with a 12-inches granular cap, 8-inches of lime stabilized clay, or covered with poly. The subgrade improvements should extend at least 5 feet beyond the edge of the building pad and include any flatwork sensitive to movements such as sidewalks or pavements. Exterior grade beam backfill should consist of onsite moisture conditioned clay. These design parameters assume that positive drainage will be provided away from the structures and with moderate irrigation of surrounding lawn and planter areas with no excessive wetting or drying of soils adjacent to the foundations. Greater potential movements could occur with extreme wetting or drying of the soils due to ponding of water, plumbing leaks or lack of irrigation. Recommendations for earthwork operations are found in the "Site Construction Recommendations" portion of this report. 4.4 FOUNDATIONS -MONOLITHIC SLAB -ON -GRADE The planned multi -family structures may be supported by a monolithic slab-on-grade/grade beam structural foundation system. This system may be designed with conventional reinforcing or by post -tensioning. The slab should be designed in accordance with WRI/CRSI "Design Slab -On -Ground Foundations" or PTI "Design and Construction of Post -Tensioned Slabs -On -Ground". The following design parameters are recommended for the Post -Tensioning Institute's slab -on -grade design method (3rd Edition): Residential Development at Trinity Boulevard ECS Project No. 63:1625-A Multi -Family PTI Parameters (PVM 2 Inches or Less) May 20, 2022 Page 10 Perimeter Center Lift Edge Lift Beam Depth Below Finished Exterior Em (feet) Ym (inches) Em (feet) Ym (inches) Grade 12 inches 9.0 1.0 5.1 1.4 24 inches 9.0 0.8 5.1 1.0 30 inches 9.0 0.6 5.1 0.8 Slab Parameters BRAB/WRI Slab Parameters Design Parameter Design Values Allowable Bearing Capacity 3,000 psf Design PI 26 Climatic Rating (Cw) 20 Unconfined Compressive Strength (tsf) 1.25 Soil -Climate Support Index (1-C) 0.11 A net allowable soil bearing pressure of 3,000 psf can be used to design grade beams founded on the reworked existing soils or compacted non -expansive fill, as described in the section titled "Earthwork Operations". Grade beams should have a minimum width of 12 inches to reduce the possibility of foundation bearing failure and excessive settlement due to local shear or "punching" failures. Additionally, the grade beams should extend at least 12 inches below final adjacent grade to utilize this bearing pressure. Fills should be sloped to drain surface water away from the structure. A soil modulus of subgrade reaction (ks) of 125 pci may be used in the design of the slab. These design parameters assume that positive drainage will be provided away from the structures and with moderate irrigation of surrounding lawn and planter areas with no excessive wetting or drying of soils adjacent to the foundations. Greater potential movements could occur with extreme wetting/drying of the soils due to ponding of water, plumbing leaks or lack of irrigation. If floor treatments that are sensitive to moisture will be used, a 10-mil vapor barrier of polyethylene sheeting or similar material should be placed beneath the slab to minimize moisture migration through the slab. If a vapor barrier is considered to provide moisture protection, special attention should be given to the surface curing of the slabs to minimize uneven drying of the slabs and associated cracking and/or slab curling. The use of a blotter or cushion layer above the vapor barrier can also be considered for project specific reasons. Please refer to ACI 302.11196 Guide for Concrete Floor and Slab Construction and ASTM E 1643 Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill under Concrete Slabs for additional guidance on this issue. Residential Development at Trinity Boulevard ECS Project No. 63:1625-A 4.4 BUILDING PERIMETER CONDITIONS May 20, 2022 Page 11 Soils placed along the exterior of each building should be on -site clay soils placed and compacted in accordance with this report. The purpose of this clay backfill is to reduce the opportunity for surface or subsurface water infiltration beneath the structure. Additionally, where penetrations into the structure occur, a clay plug (or suitable synthetic alternative) should be placed at the building line to reduce the opportunity for infiltrating water, regardless of the backfill material. A typical clay plug at utility trench detail is provided in Appendix D of the report. Positive drainage away from the structures should also be provided. Additionally, Irrigation of lawn and landscaped areas should be moderate, with no excessive wetting or drying of soils around the perimeter of the structures allowed. Trees and bushes/shrubs planted near the perimeter of the structures can withdraw large amounts of water from the soils and should be planted at least their anticipated mature height away from the buildings. Where flatwork is placed against or near the structure, a positive seal must be installed and adequately maintained to reduce water intrusion. Down spouts and gutters should be used to collect and distribute water away from the structure. Routine maintenance is required to ensure that the recommendations contained in this report are followed and maintained. Greater potential movements could occur with extreme wetting or drying of the soils due to poor drainage, ponding of water, plumbing leaks, lack of irrigation, and/or lack of routine maintenance, etc. 4.5 SITE RETAINING WALLS Retaining walls should not be supported by the existing fills and should be supported by the ground improvements noted previously. Additionally, where any fill is within the zone of influence of the retaining walls, this may create global instabilities. Therefore, ECS should be consulted during the design of any retaining walls. Unlike below grade walls, site retaining walls are free to rotate at the top (not restrained). For these walls the "Active" (ka) soil condition should be used along with a triangular distribution of earth pressures. In addition, site retaining walls should be designed to withstand lateral earth pressures exerted by the backfill and any surcharge loads within the "Critical Soil Zone". The Critical Zone is defined as the area between the back of the retaining wall footing and an imaginary line projected upward and rearward at a 45-degree angle (see figure below). The lateral earth pressures developed behind site retaining walls are a function of the backfill soil type, backfill slope angle, and any surcharge loads. For the design of site retaining walls, we recommend the soil parameters provided below. RETAINING WALL BACKFILL IN THE CRITICAL SOIL ZONE Soil Parameter Estimated Value Soil Classification PI 20 or less On -site soils Coefficient of Active Earth Pressure (Ka) 0.29 0.49 ........................................................................................................................................................................................................................ Retained Soil Moist Unit Weight (y) 125 pcf 120 pcf ........................................................................................................................................................................................................................ Cohesion (C) - 100 psf Residential Development at Trinity Boulevard ECS Project No. 63:1625-A RETAINING WALL BACKFILL IN THE CRITICAL SOIL ZONE Soil Parameter Estimated Value Angle of Internal Friction ((�) 32' 18' ................................................................................................................................................................................ Active Equivalent Fluid Pressure 40H (psf) 60H (psf) FOUNDATION SOILS Soil Parameter I Estimated value Allowable Soil Bearing Pressure Minimum Wall Embedment Below Grade Coefficient of Passive Earth Pressure (Kp) .................................................................................................................. Soil Moist Unit Weight (y) .................................................................................................................. Cohesion (C) Interface Friction Angle [Concrete on Soil] (4f) Sliding Friction Coefficient [Concrete on Soil] (µ) Passive Equivalent Fluid Pressure 3,000 24 inches 2.04 120 pcf 100 psf 18, 0.3 245H (psf) May 20, 2022 Page 12 It is critical that the soils used for backfilling of the retaining walls meet the soil parameters recommended above. If the soils available do not meet those parameters, then ECS should be contacted to provide revised values, and to confirm that only suitable soils will be used for wall backfill. Care should be used to avoid the operation of heavy equipment to compact the wall backfill since it may overload and damage the wall. In addition, such loads are not typically considered in the design of site retaining walls and are not provided for in our recommendations. Wall Drainage: Retaining walls should be provided with a wall and foundation drainage system to relieve hydrostatic pressures which may develop behind the walls. This system should consist of weepholes through the wall and/or a 4-inch perforated, closed joint drain line located along the backside of the walls above the top of the footing. The drain line should be surrounded by a minimum of 6 inches of AASHTO #57 Stone wrapped with an approved non -woven geotextile, such as Mirafi 140-N or equivalent. Wall drains can consist of a 12-inch-wide zone of free draining gravel, such as AASHTO #57 Stone, employed directly behind the wall and separated from the soils beyond with a non -woven geotextile. Alternatively, the wall drain can consist of a suitable geocomposite drainage board material. The wall drain should be hydraulically connected to the foundation drain. 4.6 SEISMIC DESIGN CONSIDERATIONS Seismic Site Classification: The International Building Code (IBC) requires site classification for seismic design based on the upper 100 feet of a soil profile. The methods are utilized in classifying sites, namely the shear wave velocity (vs) method; the undrained shear strength (s J method; and the Standard Penetration Resistance (N-value) method. The undrained shear strength (s,,) method was used in classifying this site. Residential Development at Trinity Boulevard ECS Project No. 63:1625-A Site Soil Profile Name Class A Hard Rock B Rock C Very dense soil and soft rock D Stiff Soil Profile E Soft Soil Profile Seismic Site Classification SEISMIC SITE CLASSIFICATION Shear Wave Velocity, Vs, (ft./s) Vs > 5,000 fps 2,500 < Vs 5 5,000 fps 1,200 < Vs 5 2,500 fps 600 5 Vs <_ 1,200 fps Vs < 600 fps N value (bpf) N/A N/A >50 15 to 60 <15 May 20, 2022 Page 13 S" (psf) N/A N/A s">_ 2,000 1,000 5 s" 5 2000 s" < 1000 Based upon our interpretation of the subsurface conditions, we recommend a Seismic Site Classification of "C" for foundation placed on improved subgrades and "E" where any existing fill materials remain in place. Ground Motion Parameters: In addition to the seismic site classification, ECS has determined the design spectral response acceleration parameters following the IBC methodology. The Mapped Reponses were estimated from the USGS website htti)s://earthquake.usizs.izov/ws/desiiznmai)s/. The design responses for the short (0.2 sec, SDS) and 1-second period (SD1) are noted in bold at the far right end of the following table. Ground Motion Parameters GROUND MOTION PARAMETERS [IBC Method] Mapped Spectral Values of Site Maximum Spectral Design Spectral Period Response Coefficient Response Acceleration Response (sec) Accelerations for Site Class Adjusted for Site Class (g) Acceleration (g) (g) Figures 1613.3.1 Tables 1613.3.3 Eqs. 16-37 & Eqs. 16-39 & Reference (1) & (2) (1) & (2) 16-38 16-40 Sys=2/3 0.2 Ss 0.092 Fa 1.2 SMs=FaSs 0.110 0.074 SMS So1=2/3 1.0 S1 0.050 Fv 1.7 SM1=F S1 0.085 0.057 SM1 The Site Class definition should not be confused with the Seismic Design Category designation which the Structural Engineer typically assesses. If a higher site classification is beneficial to the project, we can provide additional testing methods that may yield more favorable results. 4.7 PAVEMENT SECTIONS — EXTERIOR PARKING AND TRAVEL As previously noted, both PVR and existing fill materials can create long term differential movements on this site, and this include the impact to pavements. Should these movements be unacceptable for the pavements, the recommendations included in this report to achieve more desirable future movements, should be followed. All proposed paved areas should be proof rolled with heavy compaction equipment to attempt to locate any soft or undesirable soils so they can be removed and replaced with properly placed and compacted soils. Any new fill may consist of on -site soils or similar. These materials should be compacted to at least 95% of the Maximum Dry Density at or above optimum as obtained using the Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 14 Standard Proctor Method (ASTM D-698). Care should be taken to verify and preserve the specified moisture levels in the reworked clays prior to placement of the pavements. Both asphalt pavement and Portland cement concrete pavement can be considered for this site. Lime stabilization is recommended beneath asphaltic concrete pavements. Portland cement concrete pavement may be placed on lime stabilized subgrade or compacted subgrade without lime stabilization. If lime stabilization is considered, we recommend testing the soils for soluble sulfate during construction. We should be contacted to evaluate the feasibility of lime stabilization. For lime stabilization, a preliminary application rate of 7% lime by dry weight of clay can be used. The actual amount of lime required should be confirmed by additional laboratory tests (lime series) during the construction phase. The lime stabilization should conform TOOT Item 260. The stabilized soil should be compacted to at least 95% of the Maximum Dry Density at workable moisture contents of about 3 percentage points above the optimum moisture content as obtained using the Standard Proctor Method (ASTM D-698). Stabilization should extend at least 1 foot beyond the pavement edges. Typical pavement sections are provided below. The Standard Duty and Medium Duty asphalt pavements with lime stabilization are adequate for design life of 50,000 and 100,000 ESAL, respectively. The Standard Duty and Medium Duty concrete pavements without lime stabilization are adequate for design life of 50,000 and 125,000 ESAL, respectively. If lime stabilization is performed beneath concrete pavements, the Standard Duty and Medium Duty concrete pavements are adequate for design life of 80,000 and 200,000 ESAL, respectively. In some cases, jurisdictional standards for pavement section construction may exceed those provided below. In that case, the pavement sections should follow the jurisdictional standards. Pavement Sections — Private Drives and Parking Material Asphaltic Concrete Pavement Portland Cement Concrete (PCC) Pavement Description Standard Duty rMedium Duty Standard Duty Medium Duty Dumpster (Parking) (Firelane) (Parking) (Firelane) Area Asphalt Surface 2 inches 2 inches Course - -- - Asphalt Binder 3 inches 4 inches Course' - -- - Portland Cement - 5 inches 6 inches 7 inches Concrete 6 inches 6 inches Subgradez Reworked 6 inches Reworked 6 inches 6 inches Subgrade Lime Stabilized Lime Stabilized Lime Stabilized subgrade Notes: 1. Flexible base material may be substituted for the asphalt binder using a substitute ratio of three inches of flexible base for each inch of asphalt binder. 2. Flexible base materials may be substituted with the lime stabilization at an equivalent thickness substitution. 3. In lieu of lime stabilized subgrades, the concrete can be increased by one (1) inch. An important consideration with the design and construction of pavements is surface and subsurface drainage. Where standing water develops, either on the pavement surface or within the Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 15 base course layer, softening of the subgrade and other problems related to the deterioration of the pavement can be expected. Furthermore, good drainage should reduce the possibility of the subgrade materials becoming saturated during the normal service period of the pavement. Pavement should be specified, constructed and tested to meet the following requirements: 1. Reinforcing steel may consist of #3 reinforcing steel bars placed at 18 inches on center each way. The reinforcing steel should be placed at mid -point of the pavement section. 2. Hot Mix Asphaltic Concrete: Item 340 of the TxDOT Standard Specifications, Type A or B Base Course (binder), Type D Surface Course. The coarse aggregate in the surface course should be crushed limestone rather than gravel. 3. Portland Cement Concrete: Minimum compressive strength of 3,600 Ibs per sq inch at 28 days. Concrete should be designed with 3 to 6 percent entrained air. 4. Flexible Base Material: Item 247 of the TxDOT Standard Specifications, Type D, Grade 1 or 2. The material should be compacted to a minimum 95 percent of standard Proctor maximum dry density (ASTM D 698) and within three percentage points of the material's optimum moisture content. 4.8 DETENTION POND For any underground detention facility, at minimum, a non -woven geotextile should be placed as a "separation" layer between any soil and granular drainage material. This will likely include placement over the subgrade soils, excavation sidewalls and any fill material above the facility. The geotextile selected should meet the requirements of AASHTO M288 Class 2 for a separation fabric or as recommended by the designer. The contractor should provide ECS the anticipated separation geotextile for review and approval. For open detention features, we recommend that the side slopes be no steeper than 4HAV. The embankment section, including the backfill of the conduits through the natural soils, should be constructed as a homogenous section. Circular discharge conduits from the pond should be underlain by a concrete cradle on the upstream 1/3 and a drainage blanket installed on the downstream 2/3 of the embankment. Both features extending up to the spring line of the pipe. For box structures, the concrete cradle is not required, but drainage should be considered. All fills placed within the pond limits should be placed in lifts not exceeding 8 inches in loose thickness, moisture conditioned on the wet side of the optimum moisture content (+2% or higher) and compacted to at least 95% of the Maximum Dry Density obtained in accordance with ASTM Specification D-698, Standard Proctor Method. Any fills placed within the embankment sections should be benched into natural soils in order to reduce weak planes and seepage zones between the new fill and natural soils. All subgrade soils (walkways, fill subgrades, etc.) should be scarified, re -worked, moisture conditioned and compacted to these requirements as well. In order to facilitate the establishment of grass on the embankment side slopes, it is considered acceptable to place up to a 12-inch-thick layer of topsoil on the faces of the embankment slopes. The topsoil material should be placed in maximum 6-inch loose lifts and should be compacted or tracked in with at least four passes of a tracked dozer. Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 16 The final slope configuration of the embankments should be constructed at gradients of 4H:1V, or flatter to provide adequate factors of safety with respect to stability. The suggested maximum slopes are based on past experience with similar pond slopes and embankment construction within similar geologic settings. Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 17 5.0 SITE CONSTRUCTION RECOMMENDATIONS 5.1 SUBGRADE PREPARATION In a dry and undisturbed state, the soil at the site will provide good subgrade support for fill placement and construction operations. However, the soils at the site contain fines which are considered moderately erodible, moisture and disturbance sensitive when wet and degrade quickly with disturbance from contractor operations. Therefore, good site drainage should be maintained during earthwork operations in order to keep the surface water away from the project area during the construction phase. We recommend that an attempt be made to enhance the natural drainage without interrupting its pattern. The erosion and sedimentation shall be controlled in accordance with sound engineering practice and current jurisdictional requirements. 5.1.1 Stripping and Grubbing The subgrade preparation should consist of stripping vegetation, rootmat, topsoil, existing pavements, and soft or yielding materials from the 5-foot expanded pavement limits. In grassy areas of the site may have about 6 inches of topsoil. Deeper topsoil or organic laden soils may be present in other landscaping areas. The root balls in large trees may extend deep and will require additional localized stripping depth to completely remove the organics. ECS should be retained to verify that topsoil and yielding surficial materials have been removed prior to the placement of new fill or construction of pavements. 5.1.2 Proofrolling (Soil Subgrades) Prior to fill placement or other construction on subgrades, the subgrades should be evaluated by an ECS field technician. The exposed subgrade should be proofrolled with construction equipment having a minimum axle load of 10 tons [e.g. fully loaded tandem -axle dump truck]. Proofrolling should be traversed in two perpendicular directions with overlapping passes of the vehicle under the observation of an ECS technician. This procedure is intended to assist in identifying any localized yielding materials. Where proofrolling identifies areas that are yielding or "pumping" subgrade those areas should be repaired prior to the placement of subsequent fill or other construction materials. Methods of stabilization include undercutting, moisture conditioning, or chemical stabilization. The situation should be discussed with ECS to determine the appropriate procedure. Test pits may be excavated to explore the shallow subsurface materials to help in identifying the cause of the observed unstable materials, and to assist in the evaluation of appropriate actions to prepare the subgrade. 5.1.3 Site Temporary Dewatering Perched Groundwater: Groundwater on this site can be characterized as being broadly perched above less permeable materials. The depth at which perched water is present on the site varies with surface elevation. In higher areas and on ridge lines, perched water may be present, including above design cut elevations, but is less concentrated. Soils at contact with perched water levels were very moist to wet. In most cases, moisture then decreased with depth. Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 18 Limited Excavation Dewatering: Based upon our subsurface exploration at this site, we believe construction dewatering at this site will be mainly limited to removing accumulated rainwater from low lying areas and some minor seepage from the support of excavation (SOE). Deep wells should not be required for the temporary dewatering system. However, the dewatering operations can be handled by the use of conventional submersible pumps directly in the excavation, temporary trenches, and/or French drains. If temporary sump pits are used, we recommend they be established at an elevation approximately 4 feet below the bottom of the excavation subgrade or bottom of footing. A perforated 55-gallon drum or other temporary structure could be used to house the pump. If dewatering cannot be accomplished by other means, we recommend continuous dewatering of the excavations using electric pumps or manned gasoline pumps be used during construction. Details of a typical French drainage installation are included in Appendix D. A typical French drain consists of an 18 to 24-inch wide by 18- to 24-inch-deep bed of AASHTO #57 stone wrapped in a medium duty, non -woven geotextile. Actual dimensions should be as determined necessary during construction. After the installation has been completed, the geotextile should be wrapped over the top of the gravel followed by placement of backfill. 5.2 EARTHWORK OPERATIONS Prior to placement of any new general fill, subgrades should be scarified to a depth of 6 inches, compacted to at least 95% of Maximum Dry Density as obtained by the Standard Proctor Method (ASTM D-698) and moisture conditioned above the optimum value. Fills should be benched into the existing soils. Onsite soils can be used as fill materials. Imported soil used for general fill should not have a Plasticity Index (PI) of greater than the material encountered onsite. General fill material, outside of the building subgrade improvements, should be placed at or above optimum moisture content and compacted to at least 95% of the Maximum Dry Density as obtained by the Standard Proctor Method (ASTM D-698). Fill soils should be placed in 8-inch loose lifts for mass grading operations and 4-inch lifts for trench type excavations where walk behind or 'jumping jack" compaction equipment is used. Upon completion of the filling operations, care should be taken to maintain the soil moisture content prior to construction of floor slabs and pavements. Soil moisture levels can be preserved by various methods that can include covering with plastic, watering, etc. If the soil becomes desiccated, the affected material should be removed and replaced, or these materials should be scarified, moisture conditioned and recompacted. Utility cuts should not be left open for extended periods of time and should be properly backfilled. Backfilling should be accomplished with properly compacted on -site soils, rather than granular materials. The clay plugs at utility trench detail provided in Appendix D is an acceptable method for the utility trench cut-off. Field density and moisture tests should be performed on each lift as necessary to verify that adequate compaction is achieved. As a guide, one test per 2,500 square feet per lift is recommended in the building and paving areas (two tests minimum per lift). Utility trench backfill Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 19 should be tested at a rate of one test per lift per each 150 linear feet of trench (two tests minimum per lift). Certain jurisdictional requirements may require testing in addition to that noted previously. Therefore, these specifications should be reviewed and the more stringent specifications should be followed. 5.3 MATERIAL SPECIFICATIONS 5.3.1 Moisture Conditioning Clay Fill Moisture conditioning may be performed within the building and flatwork areas sensitive to movements. Moisture conditioning of the existing clays, and all new clayey fill is performed to increase the moisture of the clays to a level that reduces their ability to absorb additional water that could result in post -construction heave in these soils. The moisture conditioning should consist of undercutting the existing soils to the depths recommended in Section 4.4 Foundations - Monolithic Slab -on -Grade, scarifying the exposed subgrade, and reworking of excavated soils, as required to achieve the required subgrade improvement. During this process, the clay should receive adequate amounts of water to ensure uniform moisture content of at least 3 percentages or higher above the optimum moisture content. During the addition of water, the soils should be adequately mixed, and re -mixed, to ensure a uniform distribution of the moisture throughout the soil mass. Once appropriately mixed, the material should be compacted to at least 93% of the Maximum Dry Density as obtained using the Standard Proctor Method (ASTM D-698). Outside of the moisture conditioned zone and where clay is used to establish site grades, we recommend that the clay material be placed and compacted to at least 95% of the Maximum Dry Density at or above the optimum moisture content as obtained using the Standard Proctor Method (ASTM D-698). These soils should be free of deleterious materials and be reworked to ensure a uniform distribution of water in order to achieve a uniform moisture content above the optimum moisture content. Care should be taken to verify and preserve the specified moisture levels in the reworked clays prior to placement of floor slabs and pavements. 5.4 FOUNDATION AND SLAB OBSERVATIONS Protection of Foundation Excavations: Exposure to the environment may weaken the soils in foundations if the foundation excavations remain open for too long a time. Therefore, foundation concrete should be placed immediately after the excavation has been completed, cleaned, and observed. If the bearing soils are softened by surface water intrusion or exposure, the softened soils must be removed from the foundation excavation immediately priorto placement of concrete. 5.5 UTILITY INSTALLATIONS Utility Subgrades: The soils encountered in our exploration are expected to be generally acceptable for support of utility pipes. The pipe subgrades should be observed and probed for stability by ECS. Any loose or yielding materials encountered should be removed and replaced with acceptable material. Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 20 Utility Backfilling: The granular bedding material (often AASHTO #57 stone) should be at least 4 inches thick, but not less than that specified by the civil engineer's project drawings and specifications. We recommend that the bedding materials be placed up to the springline of the pipe. Fill placed for support of the utilities, as well as backfill over the utilities, should satisfy the project requirements. Excavation Safety: All excavations and slopes should be constructed and maintained in accordance with OSHA excavation safety standards. The contractor is solely responsible for designing, constructing, and maintaining stable temporary excavations and slopes. The contractor's responsible person, as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. In no case should slope height, slope inclination, or excavation depth, including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations. ECS is providing this information solely as a service to our client. ECS is not assuming responsibility for construction site safety or the contractor's activities; such responsibility is not being implied and should not be inferred. Residential Development at Trinity Boulevard May 20, 2022 ECS Project No. 63:1625-A Page 21 6.0 CLOSING ECS has prepared this report of findings, evaluations, and recommendations to guide geotechnical- related design and construction aspects of the project. The description of the proposed project is based on information provided to ECS by the client. If any of this information is inaccurate, either due to our interpretation of the documents provided or site or design changes that may occur later, ECS should be contacted immediately in order that we can review the report in light of the changes and provide additional or alternate recommendations as may be required to reflect the proposed construction. We recommend that ECS be allowed to review the project's plans and specifications pertaining to our work so that we may ascertain consistency of those plans/specifications with the intent of the geotechnical report. Field observations, monitoring, and quality assurance testing during earthwork and foundation installation are an extension of and integral to the geotechnical design recommendation. We recommend that the owner retain these quality assurance services and that ECS be allowed to continue our involvement throughout these critical phases of construction to provide general consultation as issues arise. ECS is not responsible for the conclusions, opinions, or recommendations of others based on the data in this report. The analysis and recommendations submitted in this report are based upon the data obtained from the soil borings, test pits and tests performed at the locations as indicated on the Boring Location Diagram and other information referenced in this report. This report does not reflect anyvariations, which may occur between the borings and between the test pits. In the performance of the subsurface exploration, specific information is obtained at specific locations at specific times. However, it is a well-known fact that variations in subsurface conditions exist on most sites between boring locations and also such situations as groundwater levels vary from time to time. The nature and extent of variations may not become evident until the course of construction. If variations then appear evident, after performing on -site observations during the construction period and noting characteristics and variations, a reevaluation of the recommendations for this report will be necessary. APPENDIX A — Figures Site Location Map Boring Location Diagram Test Pit Location Diagram Regional Geology i I Sery Credits: Esri, HER60 Garmin, (c) OpenStreetMap contributor It ' • N W E s SITE LOCATION DIAGRAM HNEER RESIDENTIAL DEVELOPMENT AT TRINITY SCALE AS NOTED BOULEVARD PROJECT NO. 63:1625-A SHEET 11450 TRINITY BLVD, EULESS, TEXAS 76040 1 OF 1 STONE HAWK CAPITAL PARTNERS DATE 5/11 /2022 Service Layer Credits: Esri, HERE, Garmin, (c) OpenStreetMap contributors I .a . r r r r 7f r Legend ir Approximate Building Boring Locations 0100111 .• r��r �� N W E it A k 1 � T II" Approximate Previously Drilled Boring Locations 0 200 400 �- Feet ]MEN BORING LOCATION DIAGRAM HNEER RESIDENTIAL DEVELOPMENT AT TRINITY SCALE AS NOTED BOULEVARD PROJECT NO. 63:1625-A SHEET 11450 TRINITY BLVD, EULESS, TEXAS 76040 1 OF 1 DATE STONE HAWK CAPITAL PARTNERS 4/25/2022 � J 11999 � Trinity Blvd �• • VD @ - ole {~ _ a � o � ,.,.'� ♦!► -� •—,. to ,1 �► ! _ Iti i Legend �► - r 1 �✓ pr ♦ - Approximate Test Pit LocationsAE TEST PIT LOCATION DIAGRAM HNEER RESIDENTIAL DEVELOPMENT AT TRINITY SCALE AS NOTED BOULEVARD PROJECT NO. E63:1625 SHEET 11450 TRINITY BOULEVARD EULESS, TEXAS 76040 1 OF 1 DATE STONE HAWK CAPITAL PARTNERS 4/ 15/2022 SP.10. �. �a `ice °+���"! ����y �`t.x„�'�"f���*•; - at�� � r'-` � + �! ,�„}� -' �� roo 50 pia. R ' o � fir APPENDIX B — Field Operations Reference Notes for Boring Logs Boring Logs PB-1 to PB-5, and B-01 to B-04 Test Pit Logs TP-1 to TP-9 tC�+ REFERENCE NOTES FOR BORING AND TEST PIT LOGS MATERIAL' 2 DRILLING SAMPLING SYMBOLS & ABBREVIATIONS SS Split Spoon Sampler PM Pressuremeter Test ASPHALT ST Shelby Tube Sampler RD Rock Bit Drilling WS Wash Sample RC Rock Core, NX, BX, AX CONCRETE BS Bulk Sample of Cuttings REC Rock Sample Recovery % PA Power Auger (no sample) RQD Rock Quality Designation % GRAVEL HSA Hollow Stem Auger TOPSOIL PARTICLE SIZE IDENTIFICATION DESIGNATION PARTICLE SIZES VOID Boulders 12 inches (300 mm) or larger BRICK Cobbles 3 inches to 12 inches (75 mm to 300 mm) 0 0 ❑ do AGGREGATE BASE COURSE Gravel: Coarse Fine 3/4 inch to 3 inches (19 mm to 75 mm) 4.75 mm to 19 mm (No. 4 sieve to 3/4 inch) � GW WELL -GRADED GRAVEL Sand: Coarse Medium 2.00 mm to 4.75 mm (No. 10 to No. 4 sieve) 0.425 to 2.00 40 to No. 10 } gravel -sand mixtures, little or no fines Fine mm mm (No. sieve) a 0.074 mm to 0.425 mm (No. 200 to No. 40 sieve) �� � GP POORLY -GRADED GRAVEL Fines" Silt & Clay ("Fines") <0.074 mm (smaller than a No. 200 sieve) � o gravel -sand mixtures, little or no fines GM SILTY GRAVEL gravel -sand -silt mixtures COHESIVE SILTS & CLAYS COARSE FINE GC CLAYEY GRAVEL UNCONFINED RELATIVE GRAINED GRAINED gravel -sand -clay mixtures COMPRESSIVE SPT5 CONSISTENCY' AMOUNT mll mll 6 �6 • SW WELL -GRADED SAND STRENGTH, QP4 (BPF) (COHESIVE) Trace <5 <5 • gravelly sand, little or no fines <0.25 <2 Very Soft SP POORLY -GRADED SAND 0.25 - <0.50 2-4 Soft With 10 - 20 10 - 25 gravelly sand, little or no fines 0.50 - <1.00 5-8 Firm Adjective 25 - 45 30 - 45 SM SILTY SAND 1.00 - <2.00 9 - 15 Stiff (ex: "Silty') sand -silt mixtures 2.00 <4.00 16 - 30 Very Stiff SC CLAYEY SAND 4.00 - 8.00 31 - 50 Hard sand -clay mixtures >8.00 >50 Very Hard s WATER LEVELS ML SILT non -plastic to medium plasticity GRAVELS, SANDS &NQN-COHESIVE SILTS WL (First Encountered) MH ELASTIC SILT high plasticity SPT5 DENSITY . WL (Completion) CL LEAN CLAY <5 Very Loose low to medium plasticity 5-10 Loose WL (Seasonal High Water) CH FAT CLAY 11 - 30 Medium Dense high plasticity 31 - 50 Dense WL (Stabilized) OL ORGANIC SILT or CLAY >50 Very Dense non -plastic to low plasticity OH ORGANIC SILT or CLAY FILL AND ROCK high plasticity PT PEAT � r � highly organic soils FILL POSSIBLE FILL PROBABLE FILL ROCK 'Classifications and symbols per ASTM D 2488-17 (Visual -Manual Procedure) unless noted otherwise. 2To be consistent with general practice, "POORLY GRADED" has been removed from GP, GP -GM, GP -GC, SP, SP-SM, SP-SC soil types on the boring logs. 3Non-ASTM designations are included in soil descriptions and symbols along with ASTM symbol [Ex: (SM-FILL)]. 4Typically estimated via pocket penetrometer or Torvane shear test and expressed in tons per square foot (tsf). "Standard Penetration Test (SPT) refers to the number of hammer blows (blow count) of a 140 lb. hammer falling 30 inches on a 2 inch OD split spoon sampler required to drive the sampler 12 inches (ASTM D 1586). "N-value" is another term for "blow count" and is expressed in blows per foot (bpf). SPT correlations per 7.4.2 Method B and need to be corrected if using an auto hammer. 'The water levels are those levels actually measured in the borehole at the times indicated by the symbol. The measurements are relatively reliable when augering, without adding fluids, in granular soils. In clay and cohesive silts, the determination of water levels may require several days for the water level to stabilize. In such cases, additional methods of measurement are generally employed. 'Minor deviation from ASTM D 2488-17 Note 14. $Percentages are estimated to the nearest 5% per ASTM D 2488-17. Reference Notes for Boring Logs (09-02-2021).doc © 2021 ECS Corporate Services, LLC. All Rights Reserved CLIENT: StoneHawk Capital Partners PROJECT NAME: Residential Development at Trinity Boulevard SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: EASTING: STATION: 14938762.0 2547093.4 Z m d Z LV j F v~ } = z J w DESCRIPTION OF MATERIAL J w a a < 2 O U � Q Q v) v) PROJECT NO.: BORING NO. 63:1625 PB-01 DRILLER/CONTRACTOR: Total Depth FILL, LEAN CLAY, brown, light S-1 ST 24 24 brown, hard, with sand seams, trashes, asphalt, bricks, plastics, S-2 ST 24 24 and rebars 5 — S-3 ST 24 24 Auger Only - No Sampling 10— Refusal encountered at 12.0 feet. END OF DRILLING AT 12.0 FT 15- 20 — 25 — 00 SURFACE ELEVATION: 536.0 - w � Z N J O 0 W Q Q Q w DO w 531- 526 — 521 — 516 — 511 — SHEET: loft Eco LOSS OF CIRCULATION 1001 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X i1 0 ® STANDARD PENETRATION BLOWS/FT ROCK QUALITY DESIGNATION & RECOVERY RQD - REC Q CALIBRATED PENETROMETER TON/SF [FINES CONTENT] % 04.50 04.00 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) DRY BORING STARTED: Mar 03 2022 CAVE IN DEPTH: I 1 WL (Completion) DRY BORING SE WL (Seasonal High Water) COMPLETED: Mar032022 HAMMER TYPE: Auto EQUIPMENT: LOGGED BY: �Z WL (Stabilized) Truck T1.2 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG 04.50 CLIENT: PROJECT NO.: BORING NO.: SHEET: StoneHawk Capital Partners 63:1625 PB-02 1 of 1 PROJECT NAME: DRILLER/CONTRACTOR: Residential Development at Trinity Boulevard Total Depth SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: EASTING: STATION: SURFACE ELEVATION: 14938752.8 2546833.8 542.00 LL.I Z Z }o_ LV ~ w F K > DESCRIPTION OF MATERIAL w O Q a Q 0 Q V) FILL, LEAN CLAY, brown, very stiff, with — S-1 ST = 24 24 sand seams, asphalt, concrete, and rebars _ Refusal encountered at 2.0 feet. _ END OF DRILLING AT 2.0 FT 5 10- 15- 20 — 25 — 00 H Z 0 Q w 537 — 532 — 527 — 522 — 517- Eco I LOSS OF CIRCULATION 1001 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X L N ®STANDARD PENETRATION BLOWS/FT >j ROCK QUALITY DESIGNATION & RECOVERY 0 RQD DO - REC 0 CALIBRATED PENETROMETER TON/SF [FINES CONTENT] % 0 3.00 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BE GRADUAL SZ WL (First Encountered) DRY BORING STARTED: Mar 03 2022 CAVE IN DEPTH: I 1 WL (Completion) DRY BORING SE WL (Seasonal High Water) COMPLETED: Mar032022 HAMMER TYPE: Auto [EQUIPMENT: LOGGED BY: T WL (Stabilized) Truck T1.2 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG CLIENT: StoneHawk Capital Partners PROJECT NAME: Residential Development at Trinity Boulevard SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: EASTING: STATION: 14938406.6 2546865.5 Z m d Z LV j F v~ } = z J w DESCRIPTION OF MATERIAL J w a a < 2 O U � Q Q v) v) PROJECT NO.: BORING NO. 63:1625 PB-03 DRILLER/CONTRACTOR: Total Depth FILL, LEAN CLAY, brown, light — S-1 ST 24 24 brown, hard, with sand seams and asphalt pieces — S-2 ST 24 24 5 — S-3 ST 24 24 FILL, LEAN CLAY, brown, light — S-4 ST 24 24 brown, very stiff, with sand seams and concrete — S-5 ST 24 24 10 — S-6 ST 24 24 1F _ Refusal encountered at 15.0 feet. — END OF DRILLING AT 15.0 FT 20 — 25 — 00 SURFACE ELEVATION: 546.00 w � - Z N J O 0 W Q Q Q w DO w 541- 536 — 531- 526 — 521— SHEET: loft Eco LOSS OF CIRCULATION 1001 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X i1 0 ® STANDARD PENETRATION BLOWS/FT ROCK QUALITY DESIGNATION & RECOVERY RQD - REC 0 CALIBRATED PENETROMETER TON/SF [FINES CONTENT] % 04.50 04.50 04.50 04.50 03.00 03.00 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) DRY BORING STARTED: Feb 212022 CAVE IN DEPTH: I 1 WL (Completion) DRY BORING SE WL (Seasonal High Water) COMPLETED: Feb 28 2022 HAMMER TYPE: Auto EQUIPMENT: LOGGED BY: �Z WL (Stabilized) Truck T1.2 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG CLIENT: PROJECT NO.: BORING NO.: StoneHawk Capital Partners 63:1625 PB-04 PROJECT NAME: DRILLER/CONTRACTOR: Residential Development at Trinity Boulevard Total Depth SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: EASTING: STATION: SURFACE ELEVATION: 14938624.8 2546652.4 544.00 m d Z Z J ~L W LL F— V~1 K J Z N w c� W DESCRIPTION OF MATERIAL W CL G CL U Q W [O Q < Q w v) v) (CL) LEAN CLAY, dark brown, brown, very ` ` . S-1 ST 24 24 stiff to hard, with sand seams, gravel \ S-2 ST 24 24 — 5— S-3 ST 24 24 539— S-4 ST 24 24 — S-5 ST 24 24 — 10 534 — (SC) CLAYEY SAND, brown, light brown, S-7 SS 18 18 loose to medium dense, with gravel, 4-5-5 (10) 1 F 529 — S-8 SS 18 18 — 4-6-6 (12) 20 524 — 13-11-10 S 9 SS 18 18 (21) 2'c END OF BORING AT 25.0 FT 519- 00 SHEET: lofl Ece, I LOSS OF CIRCULATION 1001 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X L ® STANDARD PENETRATION BLOWS/FT ROCK QUALITY DESIGNATION & RECOVERY RQD — REC 0 CALIBRATED PENETROMETER TON/SF [FINES CONTENT] % 10 12 '21 04.00 04.50 04.50 03.00 04.00 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) DRY BORING STARTED: Mar 03 2022 CAVE IN DEPTH: I 1 WL (Completion) DRY BORING SE WL (Seasonal High Water) COMPLETED: Mar032022 HAMMER TYPE: Auto [EQUIPMENT: LOGGED BY: T WL (Stabilized) Truck T1.2 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG CLIENT: PROJECT NO.: BORING NO.: StoneHawk Capital Partners 63:1625 PB-05 PROJECT NAME: DRILLER/CONTRACTOR: Residential Development at Trinity Boulevard Total Depth SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: EASTING: STATION: SURFACE ELEVATION: 14938459.1 2546480.5 550.00 m W Z Z J ~L d W LV I— V > Zor N w c� W DESCRIPTION OF MATERIAL o W CL G CL U Q W [O Q < Q w v) v) (CL) LEAN CLAY, brown, light brown, very S-1 ST 24 24 stiff to hard, with gravel \ S-2 ST 24 24 — 5— S-3 ST 24 24 545— S-4 ST 24 24 — S-5 ST 24 24 — 10 540 — (SC) CLAYEY SAND, brown, reddish ::-?�' S-6 SS 18 18 brown, loose to very dense, with ; 1-2-5 (7) 1 F gravel 535- _ S-7 SS 16 16 6-22-50/4"(72/10") 20 - 530 - --- -- - - 50/3„ — _ (50/3") 25 END OF BORING AT 25.0 FT 4: 525- 00 SHEET: lofl Ece, I LOSS OF CIRCULATION 1001 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X L ® STANDARD PENETRATION BLOWS/FT ROCK QUALITY DESIGNATION & RECOVERY RQD - REC 0 CALIBRATED PENETROMETER TON/SF [FINES CONTENT] % 04.00 03.50 04.00 04.50 04.00 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) DRY BORING STARTED: Mar 03 2022 CAVE IN DEPTH: I 1 WL (Completion) DRY BORING SE WL (Seasonal High Water) COMPLETED: Mar032022 HAMMER TYPE: Auto [EQUIPMENT: LOGGED BY: T WL (Stabilized) Truck T1.2 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG 0° 0501.1 CLIENT: PROJECT NO.: BORING NO.: StoneHawk Capital Partners 63:1625-A B-06 PROJECT NAME: DRILLER/CONTRACTOR: Residential Development at Trinity Boulevard Total Depth SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: EASTING: STATION: SURFACE ELEVATION: 14938768.8 2546491.8 544.0 m d Z Z J ~L W LL F— V~1 K J Z N w c� W DESCRIPTION OF MATERIAL W CL G CL U Q W [O Q < Q w v) v) (CL) LEAN CLAY, dark brown, reddish ` ` . S-1 ST 24 24 brown, very stiff to hard, with sand \ seams — S-2 ST 24 24 \ — (SC) CLAYEY SAND, reddish brown, very \, 5— S-3 ST 24 24 loose to medium dense 539— S-4 ST 24 24 — S-5 ST 24 24 — 10 534 — (CL) LEAN CLAY, reddish brown, very stiff, S-6 SS 18 18 with sand seams \ 7(29) (29) 1 F 14-15 529 — S-7 ST 24 24 — 20 524 — _ - - CEMENTED SAND, reddish brown, with 50/3" clay seams _ (50/3") 25 END OF BORING AT 25 FT 519- 00 SHEET: lofl Ece, I LOSS OF CIRCULATION 1001 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X L ® STANDARD PENETRATION BLOWS/FT ROCK QUALITY DESIGNATION & RECOVERY RQD — REC 0 CALIBRATED PENETROMETER TON/SF [FINES CONTENT] % 04.50 02.50 02.00 00.50 01.50 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) Dry BORING STARTED: Apr 15 2022 CAVE IN DEPTH: I 1 WL (Completion) Dry BORING SE WL (Seasonal High Water) N/A COMPLETED: Apr 15 2022 HAMMER TYPE: Auto T WL Stabilized N/A [EQUIPMENT: LOGGED BY: (Stabilized) Truck HM6 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG CLIENT: StoneHawk Capital Partners PROJECT NAME: Residential Development at Trinity Boulevard SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: EASTING: STATION: 14938322.0 2546657.8 � Z CD d i Z V F VV) } = z J W DESCRIPTION OF MATERIAL J w a a < 2 O U � Q Q vi v) PROJECT NO.: BORING NO. 63:1625-A B-07 DRILLER/CONTRACTOR: Total Depth (CL) LEAN CLAY, dark brown, reddish ` ` . S-1 ST 24 24 brown, very stiff to hard, with sand \ seams S-2 ST 24 24 5 — S-3 ST 24 24 (SC) CLAYEY SAND, reddish brown, :. S-4 ST 24 24 medium dense S-5 ST 24 24 10 S-6 ST 24 24 1F (SC) CLAYEY SAND, reddish brown, S-7 SS 18 18 yellowish brown, medium dense, with 20 cemented sand seams _ S-8 SS 18 18 2c END OF BORING AT 25 FT 00 SURFACE ELEVATION: 548.0 J ~ W � - Z N 0 W Q Q Q w DO w 543 — 538 — 533 — - 7-12-12 (24) 528 — 10-14-15 (29) 523 — SHEET: lofl Ece, I LOSS OF CIRCULATION 1001 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X L ® STANDARD PENETRATION BLOWS/FT ROCK QUALITY DESIGNATION & RECOVERY RQD - REC 0 CALIBRATED PENETROMETER TON/SF [FINES CONTENT] % ®24 029 04.50 03.00 04.00 04.50 04.00 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) Dry BORING STARTED: Apr 15 2022 CAVE IN DEPTH: I 1 WL (Completion) Dry BORING SE WL (Seasonal High Water) N/A COMPLETED: Apr 15 2022 HAMMER TYPE: Auto T WL Stabilized N/A [EQUIPMENT: LOGGED BY: (Stabilized) Truck HM6 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG 04.50 CLIENT: StoneHawk Capital Partners PROJECT NAME: Residential Development at Trinity Boulevard SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: EASTING: STATION: 14938054.3 2546560.5 Z m d Z LV j F v~ } = z J W DESCRIPTION OF MATERIAL J w a a < 2 O U � Q Q v) v) PROJECT NO.: BORING NO. 63:1625-A B-08 DRILLER/CONTRACTOR: Total Depth (CL) LEAN CLAY, dark brown, reddish S-1 ST 24 24 brown, hard, with sand seams \ S-2 ST 24 24 5 — S-3 ST 24 24 (SC) CLAYEY SAND, reddish brown, light `•. S-4 ST 24 24 grayish and yellowish brown, yellowish brown, medium dense S-5 ST 24 24 10 S-6 ST 24 24 1F 0. S-7 SS 18 18 20 _ S-8 SS 18 18 2F END OF BORING AT 25 FT 00 SURFACE ELEVATION: 546.0 J v W - Z N 0 W Q Q Q w DO w 541- 536 — 531— 11-13-10 (23) 526 — 9-12-11 (23) 521— SHEET: lofl Ece, I LOSS OF CIRCULATION 1001 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X L ® STANDARD PENETRATION BLOWS/FT ROCK QUALITY DESIGNATION & RECOVERY RQD - REC 0 CALIBRATED PENETROMETER TON/SF [FINES CONTENT] % 02.50 04.50 04.50 04.00 04.50 04.50 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BEG RADUAL SZ WL (First Encountered) Dry BORING STARTED: Apr 15 2022 CAVE IN DEPTH: I 1 WL (Completion) Dry BORING SE WL (Seasonal High Water) N/A COMPLETED: Apr 15 2022 HAMMER TYPE: Auto T WL Stabilized N/A [EQUIPMENT: LOGGED BY: (Stabilized) Truck HM6 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG CLIENT: StoneHawk Capital Partners PROJECT NAME: Residential Development at Trinity Boulevard SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: EASTING: 14937875.7 2546695.2 Z m d Z LV j F v~ } Z J Q or W J w a a N O � Q Q V) V) PROJECT NO.: BORING NO. 63:1625-A B-09 DRILLER/CONTRACTOR: Total Depth STATION: SURFACE ELEVATION: 546.0 J - W v Z N DESCRIPTION OF MATERIAL o Q w DO w (CL) LEAN CLAY, dark brown, reddish S-1 ST 24 24 brown, very stiff to hard, with sand seams S-2 ST 24 24 \ (SC) CLAYEY SAND, reddish brown, olive 5— S-3 ST 24 24 brown, medium dense — S-4 ST 24 24 - — S-5 ST 24 I 24 � 10 CEMENTED SAND, brown, yellowish — brown 11-r, till ZL a 15— — S-7 SS 11 11 20 — — S-8 SS 9 9 25 END OF BORING AT 25 FT 00 541 536 50/4" (50/4") 531— 37-50/5" (50/5") 526 — _ 21-50/3" (50/3") 521— SHEET: lofl Ece, I LOSS OF CIRCULATION 1001 BOTTOM OF CASING ' Plastic Limit Water Content Liquid Limit X L ® STANDARD PENETRATION BLOWS/FT ROCK QUALITY DESIGNATION & RECOVERY RQD - REC 0 CALIBRATED PENETROMETER TON/SF [FINES CONTENT] % 02.00 THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN -SITU THE TRANSITION MAY BE GRADUAL SZ WL (First Encountered) Dry BORING STARTED: Apr 15 2022 CAVE IN DEPTH: I 1 WL (Completion) Dry BORING SE WL (Seasonal High Water) N/A COMPLETED: Apr 15 2022 HAMMER TYPE: Auto T WL Stabilized N/A [EQUIPMENT: LOGGED BY: (Stabilized) Truck HM6 DRILLING METHOD: CFA GEOTECHNICAL BOREHOLE LOG 04.50 04.50 04.50 04.50 050/4" 05015" CLIENT: StoneHawk PROJECT NAME: Residential Development at Trinity Blvd SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: 14938614.0 5- 10- 15- 20 - �5 REMARKS: PROJECT NO.: 63:1625-A TEST PIT NO.: TP-1 DESCRIPTION OF MATERIAL EASTI NG: FILL, CLAY, brown, orange and grayish brown, with sand seams, some roots, concrete (up to 48" in size), asphalt (up to 12" in size), rebar (No. 3 or No. 4 in size), bricks, 4" PVC pipe and wood 539 - 534 - NATIVE SOIL, CLAYEY SAND, light brown, reddish brown, with less gravel at 13.5, with silty layer at 14.5' 52C END OF TEST PIT AT 15.0 FT 524 — SHEET: loft SURFACE ELEVATION STATION: 2546637.4 THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDRY LINES BETWEEN SOILTYPES. IN -SITU THE TRANSITION MAY BE GRADUAL EXCAVATION EFFORT: E - EASY M - MEDIUM D - DIFFICULT VD - VERY DIFFICULT SZ WL (First Encountered) Dry 7 WL (Seasonal High) CONTRACTOR: OPERATOR: MAKE/MODEL: Sunbelt Industrial 1 WL (Completion) Dry Service Gary ECS REP.: DATE COMPLETED: UNITS: CAVE -IN-DEPTH: HM6 Apr 07 2022 English TEST PIT LOG CLIENT: PROJECT NO.: SHEET: StoneHawk 63:1625-A 1 of 1 PROJECT NAME: TEST PIT NO.: SURFACE ELEVATION: Residential Development at Trinity Blvd TP-2 SITE LOCATION: STATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: 14938735.6 EASTING: 2546809.4 w w w LL L~l i � cm Z Q = J DESCRIPTION OF MATERIAL o u t7 z w o w X O w FILL, CLAYEY SAND, orange, reddish, brown, light — — brown, with some gravels, concrete (abundant, up to 48" in size), rebar (No. 3 or No. 4 in size), asphalt, tire, plastic bags and sheets, brick (up to 16" in size), 4" PVC pipe 5 — 538 — 10 — 533 — - NATIVE SOIL, CLAYEY SAND, orange and reddish brown _ iti t 1:r END OF TEST PIT AT 14.0 FT 15— 528- 20 — 523 — 25 REMARKS THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDRY LINES BETWEEN SOILTYPES. IN -SITU THE TRANSITION MAY BE GRADUAL EXCAVATION EFFORT: E - EASY M - MEDIUM D - DIFFICULT VD - VERY DIFFICULT SZ WL (First Encountered) Dry 7 WL (Seasonal High) CONTRACTOR: OPERATOR: MAKE/MODEL: Sunbelt Industrial 1 WL (Completion) Dry Service Gary ECS REP.: DATE COMPLETED: UNITS: CAVE -IN-DEPTH: HM6 Apr 07 2022 English TEST PIT LOG CLIENT: StoneHawk PROJECT NAME: Residential Development at Trinity Blvd SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: 14938665.3 PROJECT NO.: 63:1625-A TEST PIT NO.: TP-3 DESCRIPTION OF MATERIAL EASTI NG: SHEET: loft SURFACE ELEVATION: STATION: 2546973.7 �* F- s � z O w w LL cCO Z W LL C O Z a n U o U r Z w p a c7 a M X O W 2 FILL, CLAY, brown, dark brown, orange, reddish brown with sand seams, concrete (up to 28" size), plastic bags, brick, wood, asphalt (abundant, up to 12" in size) and metal wire and rebar (No. 3 and 4 in size) 5 - 542 - 10- 537- 15- 532- 20 - 527 - END OF TEST PIT AT 20.5 FT REMARKS: THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDRY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BE GRADUAL EXCAVATION EFFORT: E - EASY M - MEDIUM D - DIFFICULT VD - VERY DIFFICULT SZ WL (First Encountered) Dry 7 WL (Seasonal High) CONTRACTOR: OPERATOR: MAKE/MODEL: 1 WL (Completion) Dry Sunbelt Industrial Gary Service ECS REP.: DATE COMPLETED: UNITS: CAVE -IN-DEPTH: HM6 Apr 07 2022 English TEST PIT LOG CLIENT: PROJECT NO.: StoneHawk 63:1625-A PROJECT NAME: TEST PIT NO.: Residential Development at Trinity Blvd TP-4 SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: 14938754.5 EASTING: J w LL LL W z = J DESCRIPTION OF MATERIAL 0 w FILL, CLAY, orange, reddish, yellowish, brown, with sand seams, concrete (up to 60" in size), asphalt (up to 36" in size), rebar (No. 3 or No. 4 in size), metal plate, plastic bags and sheets, brick (up to 8" in size) and wood 5- 531- 10- 526- 15- 521 - NATIVE SOIL, SAND, orange brown, with gravels and cobbles END OF TEST PIT AT 17.5 FT 20- 516- !'S REMARKS: SHEET: loft SURFACE ELEVATION STATION: 2547080.0 THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDRY LINES BETWEEN SOILTYPES. IN -SITU THE TRANSITION MAY BE GRADUAL EXCAVATION EFFORT: E - EASY M - MEDIUM D - DIFFICULT VD - VERY DIFFICULT SZ WL (First Encountered) Dry 7 WL (Seasonal High) CONTRACTOR: OPERATOR: MAKE/MODEL: 1 WL (Completion) Dry Sunbelt Industrial Gary Service ECS REP.: DATE COMPLETED: UNITS: CAVE -IN-DEPTH: HM6 Apr 07 2022 English TEST PIT LOG CLIENT: PROJECT NO.: SHEET: StoneHawk 63:1625-A 1 of 1 PROJECT NAME: TEST PIT NO.: SURFACE ELEVATION: Residential Development at Trinity Blvd TP-5 SITE LOCATION: STATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: 14938766.0 EASTING: 2547338.4 J LL O w v > z w w w DESCRIPTION OF MATERIAL a N o U ~ a 0 w Q CI � w U X w FILL, CLAYEY SAND, orange, reddish, grayish brown, with gravel (up to 12" in size), boulder (up to 32" in size), concrete (up to 30" in size), brick (up to 12" in size), asphalt (12" in size), wood, rebar (No.3 or No. 4 in size) steel drum and plastic bags 5 - 521- 10- 516- NATIVE SOIL, POORLY GRADED GRAVEL, brown, gray 15- 511 - END OF TEST PIT AT 16.5 FT 20 - 506 - �5 REMARKS: THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDRY LINES BETWEEN SOILTYPES. IN -SITU THE TRANSITION MAY BE GRADUAL EXCAVATION EFFORT: E - EASY M - MEDIUM D - DIFFICULT VD -VERY DIFFICULT SZ WL (First Encountered) 5.50 7 WL (Seasonal High) CONTRACTOR: OPERATOR: MAKE/MODEL: 1 WL (Completion) 6.00 Sunbelt Industrial Gary Service ECS REP.: DATE COMPLETED: UNITS: CAVE -IN-DEPTH: HM6 Apr 07 2022 English TEST PIT LOG CLIENT: PROJECT NO.: StoneHawk 63:1625-A PROJECT NAME: TEST PIT NO.: Residential Development at Trinity Blvd TP-6 SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: 14938646.9 EASTING: J w LL LL W z = J DESCRIPTION OF MATERIAL 0 w FILL, CLAY, orange brown, dark brown, with concrete (up to 84" in size), asphalt (up to 14" in size) and rebar (No. 3 or No. 4 in size), plastic bags, steel pipe and brick 5— 527- 10— 522- - 7 — 15— 517- 20 — 512 END OF TEST PIT AT 20.0 FT �5 REMARKS: SHEET: loft SURFACE ELEVATION STATION: 2547186.4 THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDRY LINES BETWEEN SOILTYPES. IN -SITU THE TRANSITION MAY BE GRADUAL EXCAVATION EFFORT: E - EASY M - MEDIUM D - DIFFICULT VD - VERY DIFFICULT SZ WL (First Encountered) 11.00 7 WL (Seasonal High) CONTRACTOR: OPERATOR: MAKE/MODEL: 1 WL (Completion) 11.50 Sunbelt Industrial Gary Service ECS REP.: DATE COMPLETED: UNITS: CAVE -IN-DEPTH: HM6 Apr 07 2022 English TEST PIT LOG CLIENT: StoneHawk PROJECT NAME: Residential Development at Trinity Blvd SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: 14938420.4 PROJECT NO.: 63:1625-A TEST PIT NO.: TP-7 DESCRIPTION OF MATERIAL EASTI NG: SHEET: loft SURFACE ELEVATION: STATION: 2547384.0 F- s � z O w w LL cCO z W LL C O Z a n U o U r z w a c7 a M X N O W 2 NATIVE SOIL, CLAYEY SAND, reddish brown, some roots 5— 525— END OF TEST PIT AT 7.0 FT 10— 520- 15— 515- 20— 510— �5 REMARKS: THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDRY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BE GRADUAL EXCAVATION EFFORT: E - EASY M - MEDIUM D - DIFFICULT VD - VERY DIFFICULT SZ WL (First Encountered) Dry 7 WL (Seasonal High) CONTRACTOR: OPERATOR: MAKE/MODEL: 1 WL (Completion) Dry Sunbelt Industrial Gary Service ECS REP.: DATE COMPLETED: UNITS: CAVE -IN-DEPTH: HM6 Apr 07 2022 English TEST PIT LOG CLIENT: PROJECT NO.: StoneHawk 63:1625-A PROJECT NAME: TEST PIT NO.: Residential Development at Trinity Blvd TP-8 SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: 14938428.7 EASTING: J w LL LL W z = J DESCRIPTION OF MATERIAL 0 w FILL, CLAYEY SAND, orange, grayish brown, dark gray, with concrete, plastic bags and sheets, wood and round, concrete (up to 72" in size), rebar (No. 3 or No. 4 in size) fire and shoes 5- 518- 10- 513- NATIVE SOIL, POORLY GRADED GRAVEL, light orange and yellowish brown 15 - 508 - END OF TEST PIT AT 13.5 FT 20 - 503 - !'S REMARKS: SHEET: loft SURFACE ELEVATION STATION: 2547220.7 THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDRY LINES BETWEEN SOILTYPES. IN -SITU THE TRANSITION MAY BE GRADUAL EXCAVATION EFFORT: E - EASY M - MEDIUM D - DIFFICULT VD - VERY DIFFICULT SZ WL (First Encountered) 3.00 7 WL (Seasonal High) CONTRACTOR: OPERATOR: MAKE/MODEL: 1 WL (Completion) 3.00 Sunbelt Industrial Gary Service ECS REP.: DATE COMPLETED: UNITS: CAVE -IN-DEPTH: HM6 Apr 07 2022 English TEST PIT LOG CLIENT: PROJECT NO.: StoneHawk 63:1625-A PROJECT NAME: TEST PIT NO.: Residential Development at Trinity Blvd TP-9 SITE LOCATION: 11450 Trinity Blvd, Euless, Texas 76040 NORTHING: 14938404.3 EASTING: J w LL LL W z = J DESCRIPTION OF MATERIAL 0 w SHEET: loft SURFACE ELEVATION STATION: 2546833.2 FILL, CLAY, orange brown, dark brown, grayish brown, with sand seams, concrete (up to 60" in size), asphalt (up to 12" in size), plastic bags, brick, 4" PVC pipe, rebar (No. 3 or No. 4 in size), steel pipe 5 - 542 - 10- 537- 15- 532- END OF TEST PIT AT 18.5 FT 20 - 527 - �5 REMARKS: THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDRY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BE GRADUAL EXCAVATION EFFORT: E - EASY M - MEDIUM D - DIFFICULT VD - VERY DIFFICULT SZ WL (First Encountered) Dry 7 WL (Seasonal High) CONTRACTOR: OPERATOR: MAKE/MODEL: 1 WL (Completion) Dry Sunbelt Industrial Gary Service ECS REP.: DATE COMPLETED: UNITS: CAVE -IN-DEPTH: HM6 Apr 07 2022 English TEST PIT LOG APPENDIX C — Laboratory Testing Laboratory Testing Summary ECS Southwest, LLP Fort Worth, Texas Labortory Testing Summary Project Number: 63:1625-A Project Name: Residential Development at Trinity Boulevard Date: 05/11/2022 Project Engineer: HM Principal Engineer: MRZ Atterberg Limits3 One -Dimensional Swe116 Unconfined Boring Sample Depth MC1 Soil 2 Percent Dry Unit 5 Passing No. Weight Final Compressive 7 pH Number Number feet (feet) ° (/°) Type a Surcharge Swell Strength ILL PL PI 200 Sieve (pcf) Moisture (psf) (%) (tsf) (%) S-1 0-2 3.0 PB-1 S-2 2-4 19.2 S-3 4-6 11.5 Sc 46 20 26 46.7 PB-2 S-1 0-2 10.5 PB-3 S-2 2-4 14.7 S-5 8 - 10 11.2 Sc 27 15 12 24.1 S-1 0-2 9.5 PB-4 S-3 4-6 12.1 Sc 34 16 18 36.1 S-5 8 - 10 10.0 PB 5 S-1 0-2 7.1 S-3 4-6 5.0 SC 19 13 6 28.7 S-1 0-2 4.5 B-01 S-3 4-6 8.7 SC 22 12 10 34.9 S-5 8 - 10 8.3 Sc 23 14 9 26.3 B 02 S-2 2-4 16.8 S-4 6-8 10.6 SC 35 15 20 24.1 Notes: 1. ASTM D 2216, 2. ASTM D 2487, 3. ASTM D 4318, 4. ASTM D 7260, 5. ASTM D 1140, 6. ASTM D 4546 Definitions: MC: Moisture Content, Soil Type: USCS (Unified Soil Classification System), LL: Liquid Limit, PL: Plastic Limit, PI: Plasticity Index, NP: Non Plastic ECS Southwest, LLP h c � Fort Worth, Texas Labortory Testing Summary Project Number: 63:1625-A Project Name: Residential Development at Trinity Boulevard Date: 05/11/2022 Project Engineer: HM Principal Engineer: MRZ Atterberg Limits3 One -Dimensional Swe116 Unconfined Boring Sample Depth MC1 Soil 2 Percent Dry Unit 5 Passing No. Weight Final Compressive 7 Number Number (feet) feet o ( /o) Type a Surcharge Swell ILL PL PI 200 Sieve (pcf) Moisture Strength (a/a) (psf) N (tsf) B-03 S-2 2-4 8.6 S-4 6-8 7.5 Sc 36 16 20 22.8 S-1 0-2 9.4 B-04 S-3 4-6 12.0 Sc 28 16 12 36.9 S-5 8 - 10 6.8 Notes: 1. ASTM D 2216, 2. ASTM D 2487, 3. ASTM D 4318, 4. ASTM D 7260, 5. ASTM D 1140, 6. ASTM D 4546 Definitions: MC: Moisture Content, Soil Type: USCS (Unified Soil Classification System), LL: Liquid Limit, PL: Plastic Limit, PI: Plasticity Index, NP: Non Plastic pH APPENDIX D — Supplemental Report Documents Clay Plug at Utility Trench French Drain Installation Procedure TYPICAL DETAIL DIAGRAM REFER TO MEP AND/OR CIVIL DRAWINGS FOR TYPICAL BEDDING MATERIALS AT EXTERIOR FACE OF BUILDING. REPLACE BEDDING MATERIALS WITH SITE CLAY SOIL. EXTEND CLAY 2 FEET FROM BUILDING. PLACE IN 8" MAX. LOOSE LIFTS. I COMPACT TO 92% OF STANDARD PROCTOR (ASTM D-698), ABOVE OPTIMUM MOISTURE CONTENT. EL:lr=LLL-Ii i�il I l i� ECCLAY PLUG AT SUTILITY TRENCH -v ENGINEER SCALE NTS DRAFTSMAN PROJECT NO. CLL REVISIONS SHEET 1 OF 1 DATE 11/7/08 FRENCH DRAIN INSTALLATION PROCEDURE NOT TO SCALE FINAL CONFIGURATION VDOT #57 AMOCO 4551 AGGREGATE r GEOTEXTILE I FABRIC - ) �O0 00 III _ � 00 00 00 — oOpoOpoOpoC - T0p0000o - 0O00000� — ?popopop - '�000000ooac . - - : 0000000 0popopop —SUBSOIL 5UBDRAIN USING FILTER FABRIC STEP 2 1 I� `I II�I I I I'it—i I1=1 I E11-1 I I, ,I I I, 4 I I °°'II I 0E 0-00 II _I I,000I�11 I Ulo � THE TRENCH IS FILLED WITH AGGREGATE STEP 1 .......... ................... IIIIIII=III-1I1-1II ;,III,��III���IIIIiIIIIIII: III ' :::::::::: I I_ FABRIC IS UNROLLED DIRECTLY OVER TRENCH STEP 3 THE FABRIC IS LAPPED CLOSED AND COVERED WITH BASE STONE GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Texas Star Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 105500 Revised July 1, 2011 FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 s Illrrrrr Attention: Mix Designs do not sui2ersede CFW Si2ecifications -MITI! Spec No. Classification Manufacturer Mix ID Mix D—ription Design strength'a 28,1.1, s DesignApproval Concrete Class A (S dewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement) 9/9/2022 32 13 20 Mix Design American Concrete Company 30CAF029 3000 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 20 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Bunten Texas 30U101AG 3000 psi 3-5" Slump; 3-6% Air 4/l/2024 32 13 20 Mix Design Borneo Texas 30U500BG 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502001 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Chisholm Trail Redi Mix C 13020AE 3000 psi 3-5" Slump; 4.5-7.5% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design City Concrete Company 30HA20II 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 253-W 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 250 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 350 3000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 20 Mix Design Estrada Ready Mix R3050AEWR 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Holum - SOR, Inc. 1261 3000 psi 3-5" Slump; 3-6% Air 9/23/2024 32 13 20 Mix Design Holcim - SOR, Inc. 5177 3000 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 20 Mix Design Holum - SOR, Inc. 530WA-TI 3000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 20 Mix Design Liquid Stone C301D 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2136214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2136014 3000 psi 3-5" Slump; 3-6% Air 4/l/2023 32 13 20 Mix Design Martin Marietta R2136N14 3000 psi 3-5" Slump; 3-6% Air 6/l/2023 32 13 20 Mix Design Martin Marietta R2136R20 3000 psi 3-5" Slump; 3-6% Air 6/l/2023 32 13 20 Mix Design Martin Marietta R2136N20 3000 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 20 Mix Design Martin Marietta R2141K24 4000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 20 Mix Design Martin Marietta R2136KI4 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2131314 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2132214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta D9490SC 3000 psi 3-5" Slump; 4.5-7.5% Air 5/9/2025 32 13 20 Mix Design Martin Marietta R2136R14 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-YY 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A -NY 3000 psi 3-5" Slump; 3-6% Air 7/10/2023 32 13 20 Mix Design Osbum 3OA50MR 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 20 Mix Design Rapid Redi Mix RRM5020A 3000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 20 Mix Design Rapid Redi Mix RRM5525A 3600 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 20 Mix Desp SRM Concrete 30850 3000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 20 Mix Design SRM Concrete 30350 3000 psi 3-5" Slump; 3-6% Air 10/18/2024 32 13 20 Mix Desp SRM Concrete 30050 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desp Tarrant Concrete CP5020A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 13 20 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desp Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6% Air Class CIP Inlets, Manholes, Junction Boxes, Encasement, Blocldn Collars, (Spread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A) 9/9/2022 3213 13 : Mix Des tt American Concrete Company 40CNF06f 4000 psi 3-5" Slump; 0-3% Air 7/28/2025 3213 13 :Mix Design Barren Texas 40V 100AG 4000 psi 3-5" Slump; 3.5-6.5%Air 7/28/2025 32 13 13 : Mix Des tt Borneo Texas 30V 100AG 3000 psi 3-5" Slump; 3.5-6.5% Air 7/28/2025 3213 13 : Mix Design Barren Texas 36V500BG 3600 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 3213 13 Mix Desp Bumco Texas 40U500BG 4000 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Desp Chisholm Trail Redi Mix CTFW5520A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW6020A 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6% Air 5/7/2025 3213 13 Mix Desp Cow Town Redi Mix 265-42 4200 psi 3-5" Slump; 3-6% Air 2n12025 3213 13 Mix Design Holcim - SOR, Inc. 1701 4000 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design Holcim - SOR, Inc. 1551 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Holcim - SOR, Inc. 5409 4000 psi 3-5" Slump; 3-6% Air 4/27/2023 3213 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6%Air 9/9/2022 3213 13 Mix Design Martin Marietta R2141230 4000 psi 3-5" Slump; 3-6% Air 8/4/2023 3213 13 Mix Design Martin Marietta R2141 R24 4000 psi 3-5" Slump; 3-6% Air Page 1 of 6 FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 s Illrrrrr Attention: Mix Designs do not supersede CFW S ecifications -MI111 Spec No. Classification Manufacturer Nli, 11) Nli, D—ription Design strength'a 28,1.1, s DesignApproval ...Concrete (Continues) 11/20/2023 32 13 13 Mix Design Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 3213 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 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 3213 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 3213 13 Mix Design Martin Marietta R2146R35 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146K35 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146N33 4000 psi 3-5" Slump; 3-6% Air 9/12/2023 3213 13 Mix Design NBR Ready Mix CLS PI-YY 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 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" Slump; 3-6% Air 4/28/2025 3213 13 Mix Design SRM Concrete 36850 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 3213 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Slump; 3-6% Air Class C (Drilled Shaft for Traffic Signal Pole Foundations teference Detail 314 10-D605) 9/9/2022 3213 13 Mix Design Bumco Texas 36U502BG 3600 psi 5.5-7.5" Slump; 3-6% Air 6/21/2023 3213 13 Mix Design Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" Slump; 3-6% Air 10/30/2024 3213 13 Mix Design Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slump; 3-6% Air 12/5/2022 3213 13 Mix Design Holchn - SOR, Inc. 1822 3600 psi 5.5-7.5" Slump; 0-3% Air 9/9/2022 3213 13 Mix Design Holcim - SOR, Inc. 1859 4000 psi 5.5-7.5" Slump; 3-6% Air 4/7/2023 3213 13 Mix Design Liquid Stone C361DHR 3600 psi 5.5-7.5" Slump; 3-6% Air 6/27/2023 3213 13 Mix Design Martin Marietta U2146N41 3600 psi 5-7" Slump; 3-6% Air 6/27/2023 3213 13 Mix Design Martin Marietta U2146K45 3600 psi 5-7" Slump; 3-6% Air 5/9/2025 213 13 Mix Design Martin Marietta U2146R41 3600 psi 5-7" Slump; 3-6% Air 8/22/2024 3213 13 Mix Design NBR Ready Mix 135K2524 3600 psi 5.5" Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135KO524 3600 psi 5.5" Slump; 3-6% Air Class C (Headwalls, Wing wills, Culverts) 9/9/2022 3213 13 Mix Design Carder Concrete FWCC602001 4000 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 Desp Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6% Air 4/l/2023 3213 13 Mix Design Martin Marietta 310LBP 3600 psi 3-5" Slump; 4-7% Air 8/30/2023 3213 13 Mix Desp Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp SRM Concrete 40050 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design SRM Concrete 35022 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6% Air Class P (A achine Placed Pav ng) 4/3/2025 3213 13 Mix Desp Bw Town Concrete 4511 3600 psi 1-3" Slump; 3-6% Air 4/3/2025 3213 13 Mix Design Big Town Concrete 4411 3600 psi 1-3" Slump; 3-6% Air 6/30/2025 3213 13 Mix Desp Bw Town Concrete 5211 With 20% Fly Ash 4000 psi 1-Y Slump; 3-6% Air 6/30/2025 3013 13 Mix Design Big Town Concrete 52113 With 30% slag 4000 psi I-Y Slump; 3-6% Air 6/30/2025 3013 13 Mix Desp Big Town Concrete 5311 4000 psi 1-3' Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Carder Concrete FWCC552091 3600 psi I-Y Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Carder Concrete FWCC602091 4000 psi 1-Y Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 36LA2011 3600 psi I-Y Slump; 3-6% Air 9/9/2022 33 13 13 Mix Desp Cow Town Redi Mix 257-M 3600 psi 1-3" Slump; 3-6% Air 11/14/2022 3213 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 260-M 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slump; 3-6% Air 2/6/2024 3213 13 Mix Desp Estrada Ready�Mix TD3655AEWR 3600 psi 1-Y Slump; 3-6% Air 5/20/2025 3213 13 Mix Design Gilco Contracting Inc 36MP1643 3600 psi 1-Y Slump; 3-6% Air 6/20/2025 3213 13 Mix Design Gilco Contracting Inc 36MP1629 3600 psi 1-Y Slump; 3-6%Air 5/12/2025 3213 13 Mix Design Holcim - SOR, Inc. 1703 4000 psi 1-3" Slump; 3-6% Air 8/4/2023 3213 13 Mix Design Martin Marietta Q214IR27 4000 psi 1-Y Slump; 3-6% Air 11/2/2022 3213 13 Mix Design Martin Marietta Q214IK30 4000 psi 1-3" Slump; 3-6% Air Page 2 of 6 FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 s !!liar! Attention: Mix Designs do not supersede CFW S ecifications 1111A1111 Spec No. Classification Manufacturer Nli, 11) Nli, l)—ription Design strcrigtli'a 28dal, s DesignApproval ...Concrete (Continues) 5/5/2025 32 13 13 Mix Desp Martin Marietta Q214IN27 4000 psi 1-3" Slump; 3-6% Air 10/4/2023 3213 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-3" Slump; 3-6% Air 10/4/2023 32 13 13 Mix DesP NBR Ready Mix TX C SF -NY 3600 psi 1-3" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40068 4000 psi 1-3" Slump; 3-6% Air 10/24/2024 32 13 13 Mix DesP SRM Concrete 40825 4000 psi 1-3" Slump; 3-6% Air 9/16/2024 3213 13 Mix Design SRM Concrete 40025 4000 psi 1-3" Slump; 3-6% Air 10/18/2024 3213 13 Mix Des�op SRM Concrete 35023 3600 psi 1-3" Slump; 3-6% Air 6/5/2025 3213 13 Mix Des1i p SRM Concrete 40324 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desi Tarrant Concrete FW5520AMP 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Deslt„n True Grit Redi Mix 0255.2301 3600 psi 1-3" Slump; 3.5-6.5% Air 9/9/2022 3213 13 Mix Desi True Grit Redi Mix 0260.2302 4000 psi 1-3" Slump; 3.5-6.5% Air 6/17/2025 3213 13 Mix Deslt„n True Grit Redi Mix 460.230M 4000 psi 1-3" Slump; 3-6% Air 6/23/2025 3213 13 Mix Design True Grit Redi Mix 360.230M 4000 psi 1-3" Slump; 3-6% Air Class H (Vand Placed Paving, Valley Gutter) 9/9/2022 3213 13 Mix Des American American Concrete Company 45CAF076 4500 psi 3-5" Slump; 3-6% Air 5/2/2023 3213 13 Mix Desop B; D Concrete CM14520AE 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 3213 13 Mix Deslt„n B1w Town Concrete 6211 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 3213 13 Mix Desi Bw Town Concrete 6311 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Des1i p Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6% Air 7/25/2025 3213 13 Mix Design Bur wo Texas 45U500BG 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6% Air 4/28/2025 3213 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp City Concrete Company 45NA20II 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 365 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix R4560AEWR/ 4500 psi 3-5" Slump; 4-6% Air 9/9/2022 3213 13 Mix Desp GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6% Air 5/20/2025 3213 13 Mix Design Gilco Contracting Inc 45HP1643 4500 psi 3-5" Slump; 3-6%Air 6/20/2025 3213 13 Mix Desp Gilco Contracting Inc 45HP1629 4500 psi 3-5" Slump; 3-6%Air 10/4/2024 3213 13 Mix Design Holcim - SOR, Inc. 5507 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Holum - SOR, Inc. 1851 4500 psi 3-5" Slump; 3-6% Air 5/8/2025 3213 13 Mix Design Holcim - SOR, Inc. 545WA-TI 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Desp Liquid Stone C451D 4500 psi 3-5" Slump; 3-6%Air 11/2/2022 3213 13 Mix Design Martin Marietta R2146N35 4500 psi 3-5" Slump; 3-6% Air 8/4/2023 3213 13 Mix Desp Martin Marietta R2146R36 4500 psi 3-5" Slump; 3-6% Air 11/2/2022 3213 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5" Slump; 3-6% Air 5/22/2023 3213 13 Mix Desp Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 3213 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 3213 13 Mix Desp Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 3213 13 Mix Design Martin Marietta R21461`36 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 3213 13 Mix Desp Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 3213 13 Mix Desp Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air 6/3/2025 3213 13 Mix Desp Martin Marietta R2146K43 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 Desp NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air 7/10/2023 3213 13 Mix Design Osbum 45A60MR 4500 psi 3-5" Slump; 3-6% Air 1/24/2023 3213 13 Mix Desp Rapid Redi Mix RRM6320AHP 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 Desp 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" Slump; 3-6% Air 10/24/2024 3213 13 Mix Desp SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 45850 4500 psi 3-5" Slump; 3-6% Air 10/18/2024 3213 13 Mix Desp SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp 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" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6% Air 6/12/2025 3213 13 Mix DesP True Grit Redi Mix 465.230H 4500 psi 3-5" Slunp: 3-6% Air 6/23/2025 3213 13 Mix Design True Grit Redi Mix 365.230H 4500 psi 3-5" Slump: 3-6% Air 10/9/2024 3213 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6% Air Page 3 of 6 FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 !!!!!!!! Attention; Mix Designs do not sui2ersede CFW S ecifications !!!!!!!!!! Spec No. C11—iti'ation Manufacturer Nli, 11) Nli, l)—ription Design Strength if, 28 da� s DesignApproval Class HES (High Early Stren^th Paving) 9/9/2022 3213 13 Mix DesP Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6 % Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370-INC 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix DesP Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix DesP Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix 4575AESC 4500 psi / 3000 psi (a) 3 days 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Holcim - SOR, Inc. 2125 5000 psi 3-5" Slump; 3-6% Air ...Concrete �Confinues) 1/24/2023 3213 13 Mix Design Liquid Stone C451DHR-A 4500 psi 3-5" Slump; 3-6% Air 4/7/2023 3213 13 Mix Design Martin Marietta R2161K70 6000 psi / 3000 psi (a, 24hr. 3-5" Slump; 3-6% Air 2/10/2023 3213 13 Mix Design SRM Concrete 50310 5000 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi (a) 3 days 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW7520AMR 4500 psi / 3000 psi P 3 days 3-5" Slump; 3-6% Air Class S (Bridle Slabs, Top SI-tbs of Direct Traffic Culverts, Approach Slabs) 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 260 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360 4000 psi 3-5" Slump; 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 3213 13 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6" Slump; 3-6% Air 5/3/2023 3213 13 Mix Design Martin Marietta M7842344 4000 psi 3-5" Slump; 4.5-7.5% Air 4/l/2023 3213 13 Mix Design Martin Marietta R2146P33 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 3213 13 Mix Design NBR Ready Mix TX S-NY 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 3213 13 Mix Design NBR Ready Mix TX S-YY 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 5/5/2023 3213 13 Mix Design SRM Concrete D100008553CB 4000 psi 3-5" Slump; 3-6% Air Concrete Base Trench Repair 4/l/2023 03 34 16 1033416 (Mix Design IBumco Texas IOYH50BF I 1000 psi (Flowable; 8.5-11.5%Air 9/9/2022 03 34 16 Mix Design Bumco Texas 08Y450BA 800 psi 5-7" Slump; 3-6% Air Controlled Low Strength Ma'erial (Flowable Fill) 2/7/2025 03 34 13 Mix Design Bumco Texas OIY690BF 100 psi Flowable; 9.5-11.5% Air 5/19/2025 03 34 13 Mix Design Borneo Texas OIZ180AF 100 psi Flowable; 8.5-11.5%Air 9/9/2022 03 34 13 Mix Design Carder Concrete FWCC359101 50-150 psi 3-5" Slump; 8-12% Air 9/9/2022 03 34 13 Mix Desp Carder Concrete FWFF237501 50-150 psi Flowable; 8.5-11.5%Air 9/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Flowable; 8-12%Air 9/9/2022 03 34 13 Mix Desp Cow Town Redi Mix Mix# 9 70 psi 7-9" Slump; 8-11 % Air 5/12/2025 03 34 13 Mix Design Holcirn - SOR, Inc. 3741 100 psi Flowable; 12.0-24.0% Air 10/4/2023 03 34 13 Mix Desp NBR Ready Mix FTW FLOW FILL 150 psi 7-10" Slump; 8-12% Air 2/7/2025 03 34 13 Mix Design SRM Concrete 910 150 psi Flowable; 8-12% Air 9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable; 8-12%Air Concrete Rip Rap 4/l/2023 I31 37 00 (Mix Design (Martin Marietta R2141030 I 4000 psi I3-5" Slump; 3-6%Air 4/l/2023 31 37 00 Mix Design Martin Marietta R2146033 4000 psi 3-5" Slump; 3-6% Air AShalt Paving 9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 FT5B117965 PG64-22 Type B Fine Base 9/9/2022 321216 Mix Desp Austin Asphalt FTIIB139965 FT1B139965 PG64-22 Type B Fine Base 9/9/2022 321216 Mix Design Austin Asphalt FT1B117.2 FTIB 117.2 PG64-22 Type B Fine Base 5/l/2024 32 12 16 Mix Desp Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desp Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base 4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base 12/5/2022 33 1216 Mix Desp Supmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Surmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desp TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desp TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface 4/l/2024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface Detectable Warning Surface 9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX) Detectable Warning Pavers 9/9/2022 32 13 20 DWS - Composite Armor Tile 9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver 4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA) Detectable Warning Pavers Page 4 of 6 FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 !!!!!!!! Attention, Mix Designs do not supersede CFW S ecifications 11111!!111 Approval Spec No. Classification Manufacturer Nli, 11) Nli, D—ription 1 Design Silicone Joint Sealant 9/9/2022 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Si a Component, Silicone Joint Sealant ASTM D5893 9/9/2022 �32 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Sing a Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Pecom 300SL 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 Utility Trench Embedment Sand 9/9/2022 3305 lb Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 9/28/2018 3305 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 MHRC #220605 (Size - **24" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Cova 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" Dial ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Cova Neenah Foundry R-1743-HV R-1743-HV (Size - 32" Dial ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Cov SIP Industries ++ 2279ST 2279ST (Size - 24" Dial ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and CovSIP Industries ++ 2280ST 2280ST (Size - 32" Dial ASTM A48 AASHTO M306 10/8/2020 3305 13 Manhole Frames and Cov/EJ ( Formally East Jordan Iron Works) EJ1033 Z2/A EJ 1033 Z2/A (Size - 32.25" Dial ASTM A536 AASHTO M306 3/8/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2296T 2296T (Size - ***24" Dial ASTM A48 AASHTO M306 6/18/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2279STN 2279STN (Size - 24" Dia.) ASTM A48 AASHTO M306 **Note: All new development and new installation manhole 4hds shall meet the minimum 30-inch opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Curb Inlets Fontera FRT-100-405-PRECAST** (Size - 10' X 3) ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx3-406-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-l0x4.5-407-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx4.5-420-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-010-PRECAST-TOP (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-TOP (Size - 6' X 61 ASTM C913 10/8/2020 33 39 20 Manhole Fonera FRT-6X6-411-PRECAST-BASE (Size - 6' X 6') ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson PFe Group TPG-I OX3-405-PRECAST INLET** ((Size - 110' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson PFe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG4X4-409-PRECAST TOP (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG4X4-409-PRECAST BASE (Size - 4' X 41 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG4X4-412-PRECAST 4-FT RISER (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5� ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 61 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-7X7-411-PRECAST TOP (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - TX 7') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson PFe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 81 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson PFe Group TPG4X4-408-PRECAST INLET (Size - 4' X 4') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5') ASTM 615 3/19/2021 33 49 20 DroQQ Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6') ASTM 615 8/28/2023 33 49 10 Marilrole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 41 ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 85 ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4') ASTM C433 Page 5 of 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 7/31/2025 ....Storm Sewer - Inlet & Structures Continues 8/28/2023 33 39 20 Curb Inlet 10'x 3' Riser Thompson Ppe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thotrfson Pipe Groin Q Inlet Riser (Size - 3 FT) ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 41) ASTM C913 1/12/2024 33 49 20 Droe Inlet AmeriTex Pipe &Products Drop Inlet (5' X 5') ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH (4' MH on the top of 5' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB) ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 100 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: Pre -cast inlets are approved for the stage l portion of he structure (basin) only. Stage II pardon al the structure are required to be cast in place. No exceptions to this requirement shall be allowed. Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 3341 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Stoma Polypropylene (PP) Pipe (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 Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 6/25/2024 3341 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 6/25/2024 3341 10 Storm Drain Pipes Oldcastle 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) Bigtown Concrete updated Mix ID's (4-5-2025) 03 34 13 CLSM specification Page 6 of 6