Loading...
HomeMy WebLinkAbout063942-PM1 - Construction-Related - Contract - University of Texas Southwestern Medical Center and Whiting - TurnerPROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, STORM DRAIN & LIGHTING IMPROVEMENTS TO SERVE UT SOUTHWESTERN – RADITATION & ONCOLOGY FACILITY IPRC Record No. IPRC24-0241 City Project No. 106013 FID No. 30114-0200431-106013-E07685 File No. K-3344 X File No. X-28438 Mattie Parker Jesus “Jay” Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Michael Owen, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth November 2025 DUNAWAY ASSOCIATES, L.L.C. 550 Bailey Avenue, Suite 400 Ft. Worth, TX 76107 Office: 817-335-1121 / Fax: 817-335-7437 (TX Reg. F-1114) www.dunaway.com 11/06/2025 CSC No. 63942-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106013 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106013 Revised March 20, 2020 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106013 Revised March 20, 2020 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106013 Revised March 20, 2020 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106013 Revised March 20, 2020 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION 00 42 43 DAP - BID PROPOSAL Page 1 of 6 1 0241.1013 Remove 8" Water Line 02 41 14 LF 294 $75.00 $22,050.00 2 0241.1015 Remove 12" Water Line 02 41 14 LF 421 $75.00 $31,575.00 3 0241.1017 Remove 18" Water Line 02 41 14 LF 36 $75.00 $2,700.00 4 0241.1303 Remove 8" Water Valve 02 41 14 EA 1 $330.00 $330.00 5 0241.1305 Remove 12" Water Valve 02 41 14 EA 3 $330.00 $990.00 6 0241.1514 Salvage 2" Water Meter 02 41 14 EA 1 $100.00 $100.00 7 0241.1515 Salvage 3" Water Meter 02 41 14 EA 1 $2,535.00 $2,535.00 8 3305.0005 12" Waterline Lowering 33 05 12 EA 3 $14,075.00 $42,225.00 9 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 3.44 $1,500.00 $5,160.00 10 3311.0061 4" PVC Water Pipe 33 11 12 LF 37 $266.63 $9,865.31 11 3311.0161 6" PVC Water Pipe 33 11 12 LF 59 $79.63 $4,698.17 12 3311.0261 8" PVC Water Pipe 33 11 12 LF 50 $740.94 $37,047.00 13 3311.0451 12" DIP Water 33 11 10 LF 180 $637.33 $114,719.40 14 3311.0461 12" PVC Water Pipe 33 11 12 LF 647 $448.63 $290,263.61 15 3312.0106 Connection to Existing 16" Water Main 33 12 25 EA 1 $14,552.00 $14,552.00 16 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 6 $13,011.00 $78,066.00 17 3312.2003 1" Water Service 32 12 10 EA 1 $3,288.00 $3,288.00 18 3312.2203 2" Water Service 33 12 10 EA 3 $4,702.00 $14,106.00 19 3312.2801 3" Water Meter and Vault 33 12 11 EA 1 $36,650.00 $36,650.00 20 3312.3002 6" Gate Valve 33 12 20 EA 2 $2,125.00 $4,250.00 21 3312.3003 8" Gate Valve 33 12 20 EA 2 $3,167.00 $6,334.00 22 3312.3005 12" Gate Valve 33 12 20 EA 6 $5,047.00 $30,282.00 23 3312.3105 12" Cut-in Gate Valve 33 12 20 EA 3 $5,047.00 $15,141.00 24 9999.0001 Remove 3" Water Line 00 00 00 LF 420 $75.00 $31,500.00 25 9999.0002 Remove 3" Water Valve 00 00 00 EA 3 $62.00 $186.00 26 9999.0004 Kill Existing Water Services 00 00 00 EA 6 $2,535.00 $15,210.00 27 9999.0007 3/4" Pressure Plug 00 00 00 EA 1 $100.00 $100.00 TOTAL UNIT I: WATER IMPROVEMENTS $813,923.49 Bid Quantity UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure UNIT I: WATER IMPROVEMENTS Unit Price Bid Value Project Item Information Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP Docusign Envelope ID: 2D71F01E-4B69-47FC-8FEF-4C5FFB06BDA2 00 42 43 DAP - BID PROPOSAL Page 2 of 6 Bid Quantity UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure Unit Price Bid Value Project Item Information Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description 1 0241.2013 Remove 8" Sewer Line 02 41 14 LF 674 $82.00 $55,268.00 2 0241.2014 Remove 10" Sewer Line 02 41 14 LF 58 $82.00 $4,756.00 3 0241.2017 Remove 16" Sewer Line 02 41 14 LF 234 $82.00 $19,188.00 4 0241.2020 Remove 21" Sewer Line 02 41 14 LF 486 $82.00 $39,852.00 5 0241.2103 8" Sewer Abandonment Plug 02 41 14 EA 1 $100.00 $100.00 6 0241.2110 21" Sewer Abandonment Plug 02 41 14 EA 2 $250.00 $500.00 7 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 6 $1,603.00 $9,618.00 9 3301.0002 Post-CCTV Inspection 33 01 31 LF 1487 $1.13 $1,680.31 10 3301.0101 Manhole Vacuum Testing 33 01 30 EA 10 $200.00 $2,000.00 11 3303.0001 Bypass Pumping 33 03 10 LS 1 $62,828.00 $62,828.00 12 3305.0112 Concrete Collar 33 05 17 EA 8 $200.00 $1,600.00 13 3305.0113 Trench Water Stops 33 05 15 EA 2 $100.00 $200.00 14 3331.3101 4" Sewer Service 33 31 50 EA 2 $11,600.00 $23,200.00 15 3331.3102 4" 2-Way Cleanout 33 31 50 EA 2 $6,721.00 $13,442.00 16 3331.4308 21" Sewer Pipe 33 11 10, 33 31 13, 33 31 20, 33 31 21 LF 1487 $461.97 $686,949.39 17 3339.0001 Epoxy Manhole Liner 33 39 60 VF 84 $376.41 $31,618.44 18 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 8 $13,689.43 $109,515.44 19 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 2 $18,892.50 $37,785.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $1,100,100.58 UNIT II: SANITARY SEWER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP Docusign Envelope ID: 2D71F01E-4B69-47FC-8FEF-4C5FFB06BDA2 00 42 43 DAP - BID PROPOSAL Page 3 of 6 Bid Quantity UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure Unit Price Bid Value Project Item Information Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description 1 0241.3014 Remove 21" Storm Line 02 41 14 LF 420 $123.00 $51,660.00 2 0241.3103 21" Storm Abandonment Plug 02 41 14 EA 5 $300.00 $1,500.00 3 3301.0012 Post-CCTV Inspection of Storm Drain 33 01 32 LF 1515 $1.00 $1,515.00 4 3341.0201 21" RCP, Class III 33 41 10 LF 109 $480.71 $52,397.39 5 3341.0205 24" RCP, Class III 33 41 10 LF 1275 $257.00 $327,675.00 6 3341.0208 27" RCP, Class III 33 41 10 LF 131 $348.13 $45,605.03 7 3349.0001 4' Storm Junction Box 33 49 10 EA 6 $16,348.00 $98,088.00 8 3349.5001 10' Curb Inlet 33 49 20 EA 1 $6,103.00 $6,103.00 9 9999.0003 Curb-O-Let Drains 00 00 00 EA 3 $3,487.00 $10,461.00 10 9999.0005 21" Pressure Plug 00 00 00 EA 1 $300.00 $300.00 $595,304.42TOTAL UNIT III: DRAINAGE IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP Docusign Envelope ID: 2D71F01E-4B69-47FC-8FEF-4C5FFB06BDA2 00 42 43 DAP - BID PROPOSAL Page 4 of 6 Bid Quantity UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure Unit Price Bid Value Project Item Information Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description 1 0241.0100 Remove Sidewalk 02 41 13 SF 6754 $0.67 $4,525.18 2 0241.0300 Remove ADA Ramp 02 41 13 EA 5 $0.67 $3.35 3 0241.0401 Remove Concrete Drive 02 41 13 SF 2109 $1.33 $2,804.97 4 0241.1000 Remove Conc Pvmt 02 41 15 SY 1071 $12.00 $12,852.00 5 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 4103 $28.00 $114,884.00 6 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 1627 $4.00 $6,508.00 7 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 63 $28.00 $1,764.00 8 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $6,174.00 $6,174.00 9 3201.0117 10' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 2605 $132.24 $344,485.20 10 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 881 $119.00 $104,839.00 11 3213.0101 6" Conc Pvmt 32 13 13 SY 734 $106.00 $77,804.00 12 3213.0301 4" Conc Sidewalk 32 13 20 SF 8680 $13.11 $113,794.80 13 3213.0401 6" Concrete Driveway 32 13 20 SF 1832 $11.78 $21,580.96 14 3213.0502 Barrier Free Ramp, Type U-1 32 13 20 EA 3 $2,700.89 $8,102.67 15 3213.0503 Barrier Free Ramp, Type M-1 32 13 20 EA 3 $1,245.56 $3,736.68 16 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 1 $1,114.44 $1,114.44 17 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 1883 $44.00 $82,852.00 18 3217.0101 6" SLD Pvmt Marking HAS (W)32 17 23 LF 936 $6.00 $5,616.00 19 3217.0104 6" DOT Pvmt Marking HAS (W)32 17 23 LF 150 $6.00 $900.00 20 3217.0401 18" SLD Pvmt Marking HAE (W)32 17 23 LF 62 $16.00 $992.00 21 3217.0501 24" SLD Pvmt Marking HAE (W)32 17 23 LF 156 $21.00 $3,276.00 22 3217.1002 Lane Legend Arrow 32 17 23 EA 4 $450.00 $1,800.00 23 3217.1004 Lane Legend Only 32 17 23 EA 1 $400.00 $400.00 24 3217.1006 Lane Legend Bike 32 17 23 EA 3 $450.00 $1,350.00 25 3293.0103 Plant 3" Tree 32 93 43 EA 19 $862.05 $16,378.95 26 3305.0109 Trench Safety 33 05 10 LF 2605 $5.40 $14,067.00 27 3441.4003 Furnish/Install Alum Sign Ground Mount City Std.34 41 30 EA 5 $630.00 $3,150.00 28 3441.4108 Remove Sign Panel & Post 34 41 30 EA 1 $155.00 $155.00 29 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 EA 2 $309.75 $619.50 30 3471.0001 Traffic Control 34 41 30 MO 6 $1,711.83 $10,270.98 31 9999.0008 Ground Cover 00 00 00 SF 947 $5.61 $5,312.67 32 9999.0010 Bed Prep 00 00 00 CY 2.5 $193.20 $483.00 33 9999.0011 11" Conc Pvmt Repair (TxDOT Section)00 00 00 SY 746 $126.00 $93,996.00 34 9999.0012 Drainage Pipe 00 00 00 LF 260 $41.67 $10,834.20 35 9999.0013 Irrigation 00 00 00 LS 1 $12,570.60 $12,570.60 36 9999.0014 Decomposed Granite 00 00 00 SF 210 $5.73 $1,203.30 37 9999.0015 Tree Protection 00 00 00 LF 312 $31.87 $9,943.44 UNIT IV: PAVING IMPROVEMENTS TOTAL UNIT IV: PAVING IMPROVEMENTS $1,101,143.89 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP Docusign Envelope ID: 2D71F01E-4B69-47FC-8FEF-4C5FFB06BDA2 00 42 43 DAP - BID PROPOSAL Page 5 of 6 Bid Quantity UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure Unit Price Bid Value Project Item Information Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description 1 2605.3015 2" CONDT PVC SCH 80 (T)26 05 33 LF 1131 $69.30 $78,378.30 2 2605.3016 2" CONDT PVC SCH 80 (B)26 05 33 LF 70 $99.75 $6,982.50 3 3441.1502 Ground Box Type B, w/Apron 34 41 10 EA 5 $2,457.00 $12,285.00 4 3441.3003 Rdwy Illum Assembly TY 18, 18A, 19, and D- 40 34 41 20 EA 1 $10,098.90 $10,098.90 5 3441.3037 Furnish/Install 10' - 14' Washington Standard Light Pole & Fixture LED 34 41 20 EA 12 $11,202.45 $134,429.40 6 3441.3302 Rdwy Illum Foundation TY 3,5,6, and 8 34 41 20 EA 2 $3,703.35 $7,406.70 7 3441.3303 Rdwy Illum Foundation TY 7 34 41 20 EA 12 $2,510.55 $30,126.60 8 3441.3501 Salvage Street Light Pole 34 41 20 EA 9 $1,659.00 $14,931.00 9 3441.3502 Relocate Street Light Pole 34 41 20 EA 1 $3,202.55 $3,202.55 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS $297,840.95 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP Docusign Envelope ID: 2D71F01E-4B69-47FC-8FEF-4C5FFB06BDA2 00 42 43 DAP - BID PROPOSAL Page 6 of 6 Bid Quantity UNIT PRICE BID Bidder's Application Specification Section No. Unit of Measure Unit Price Bid Value Project Item Information Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description This Bid is submitted by the entity named below: BIDDER:BY: Whiting-Turner 301 S. Henderson St. Fort Worth, TX 76104 TITLE: (817) 725-7700 DATE: 185 END OF SECTION $595,304.42 $1,101,143.89 $297,840.95 $813,923.49 UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS $3,908,313.33Total Construction Bid $1,100,100.58 Contractor agrees to complete WORK for FINAL ACCEPTANCE within working days after the date when the CONTRACT commences to run as provided in the General Conditions. UNIT I: WATER IMPROVEMENTS Bid Summary CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP Docusign Envelope ID: 2D71F01E-4B69-47FC-8FEF-4C5FFB06BDA2 Senior Vice President 10/23/2025 00 45 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT – DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP Form Version September 1, 2015 SECTION 00 45 12 DAP – PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the “Major Work Type” box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution John Burns Construction Co of Texas Inc 7/31/2026 Sewer Collection System John Burns Construction Co of Texas Inc 7/31/2026 Concrete Paving Construction (Hand Placed/Poured) John Burns Construction Co of Texas Inc N/A Asphalt Trench Repair C.C. Zamora Construction 3/30/2026 Street Lighting Bean Electrical Inc. 3/24/2027 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Whiting – Turner BY: 301 S. Henderson St. Fort Worth, TX 76104 (817) 725-7700 TITLE: DATE: END OF SECTION Docusign Envelope ID: F911B88B-3F0A-4F7D-A733-43D1285A9DC1 10/21/2025 Senior Vice President 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised April 2, 2014 SECTION 00 45 26 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 2 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 3 provides worker’s compensation insurance coverage for all of its employees employed on City4 Project No. 105684. Contractor further certifies that, pursuant to Texas Labor Code, Section 5 406.096(b), as amended, it will provide to City its subcontractor’s certificates of compliance with6 worker’s compensation coverage. 7 8 CONTRACTOR: 9 10 Whiting – Turner By: ___________________________________ 11 Company (Please Print) 12 13 301 S Henderson St Signature: ______________________________ 14 Address 15 16 Fort Worth, TX 76104 Title: __________________________________ 17 City/State/Zip (Please Print) 18 19 20 THE STATE OF TEXAS § 21 22 COUNTY OF TARRANT § 23 24 BEFORE ME, the undersigned authority, on this day personally appeared 25 ___________________________________, known to me to be the person whose name is 26 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 27 the act and deed of ____________________________________ for the purposes and 28 consideration therein expressed and in the capacity therein stated. 29 30 GIVEN UNDER MY HAND AND SEAL OF OFFICE this ____________day of 31 _______________________, 20__. 32 33 34 __________________________________ 35 Notary Public in and for the State of Texas 36 37 END OF SECTION 38 39 Michael Kersey his free will 23rd October 25 Lola Phillips 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 5 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106013 Revised June 16, 2016 SECTION 00 52 43 1 AGREEMENT 2 3 THIS AGREEMENT, authorized on ______________is made by and between the Developer, 4 University of Texas Southwestern Medical Center, authorized to do business in Texas 5 (“Developer”), and Whiting – Turner, authorized to do business in Texas, acting by and through 6 its duly authorized representative, (“Contractor”). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 The parties acknowledge and agree that this Agreement is entered into pursuant to and in 13 furtherance of the Construction Manager at Risk Agreement dated May 1, 2024, between UT 14 Southwestern Medical Center and The Whiting-Turner Contracting Company (the “CM-R 15 Agreement”), which governs the overall relationship between the parties. The terms and 16 conditions of the CM-R Agreement are hereby incorporated by reference into this Agreement and 17 shall control in all respects, except to the extent that a specific provision of this Agreement 18 directly conflicts with the CM-R Agreement as applied to the scope of work described in the 19 Community Facilities Agreement (CFA) for the UTSW Moncrief Cancer Center Expansion, City 20 Project No. 106013. In such case, the conflicting provision of this Agreement shall control solely 21 with respect to the CFA scope of work. For all other purposes, including but not limited to project 22 administration, insurance, indemnification, and dispute resolution, the relationship between the 23 parties shall remain governed by the CM-R Agreement. 24 Article 2. PROJECT 25 The project for which the Work under the Contract Documents may be the whole or only a part is 26 generally described as follows: 27 Water, Sewer, Paving, Storm Drain & Lighting Improvements to Serve UT Southwestern – 28 Radiation & Oncology Facility 29 City Project No. 106013 30 Article 3. CONTRACT TIME 31 3.1 Time is of the essence. 32 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 33 Documents are of the essence to this Contract. 34 3.2 Final Acceptance. 35 The Work will be complete for Final Acceptance within 185 working days after the date 36 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 37 City Conditions of the Construction Contract for Developer Awarded Projects. 38 Docusign Envelope ID: 2D71F01E-4B69-47FC-8FEF-4C5FFB06BDA2Docusign Envelope ID: 7B9ACFEE-B435-45BC-9254-EFB13FE4428C October 23, 2025 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 5 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106013 Revised June 16, 2016 3.3 Liquidated damages 39 Contractor recognizes that time is of the essence of this Agreement and that Developer 40 will suffer financial loss if the Work is not completed within the times specified in 41 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 42 the Standard City Conditions of the Construction Contract for Developer Awarded 43 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 44 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 45 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 46 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 47 Developer 1,500 Dollars ($1,500.00) for each day that expires after the time specified in 48 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. 49 Article 4. CONTRACT PRICE 50 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 51 Documents an amount in current funds of three million nine hundred eight thousand three 52 hundred thirteen and thirty-three hundredths’ Dollars ($3,908,313.33). 53 Article 5. CONTRACT DOCUMENTS 54 5.1 CONTENTS: 55 A. The Contract Documents which comprise the entire agreement between Developer and 56 Contractor concerning the Work consist of the following: 57 1. This Agreement. 58 2. Attachments to this Agreement: 59 a. Bid Form (As provided by Developer) 60 1) Proposal Form (DAP Version) 61 2) Prequalification Statement 62 3) State and Federal documents (project specific) 63 b. Insurance ACORD Form(s) 64 c. Payment Bond (DAP Version) 65 d. Performance Bond (DAP Version) 66 e. Maintenance Bond (DAP Version) 67 f. Power of Attorney for the Bonds 68 g. Worker’s Compensation Affidavit 69 h. MBE and/or SBE Commitment Form (If required) 70 3. Standard City General Conditions of the Construction Contract for Developer 71 Awarded Projects. 72 4. Supplementary Conditions. 73 5. Specifications specifically made a part of the Contract Documents by attachment 74 or, if not attached, as incorporated by reference and described in the Table of 75 Contents of the Project’s Contract Documents. 76 6. Drawings. 77 7. Addenda. 78 8. Documentation submitted by Contractor prior to Notice of Award. 79 9. The following which may be delivered or issued after the Effective Date of the 80 Agreement and, if issued, become an incorporated part of the Contract Documents: 81 a. Notice to Proceed. 82 Docusign Envelope ID: 2D71F01E-4B69-47FC-8FEF-4C5FFB06BDA2Docusign Envelope ID: 7B9ACFEE-B435-45BC-9254-EFB13FE4428C 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 5 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106013 Revised June 16, 2016 b. Field Orders. 83 c. Change Orders. 84 d. Letter of Final Acceptance. 85 86 87 Docusign Envelope ID: 2D71F01E-4B69-47FC-8FEF-4C5FFB06BDA2Docusign Envelope ID: 7B9ACFEE-B435-45BC-9254-EFB13FE4428C 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 5 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106013 Revised June 16, 2016 Article 6. INDEMNIFICATION 88 1.2 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 89 expense, the city, its officers, servants and employees, from and against any and all 90 claims arising out of, or alleged to arise out of, the work and services to be 91 performed by the contractor, its officers, agents, employees, subcontractors, licenses 92 or invitees under this contract. This indemnification provision is specifically 93 intended to operate and be effective even if it is alleged or proven that all or some of 94 the damages being sought were caused, in whole or in part, by any act, omission or 95 negligence of the city. This indemnity provision is intended to include, without 96 limitation, indemnity for costs, expenses and legal fees incurred by the city in 97 defending against such claims and causes of actions. 98 99 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 100 the city, its officers, servants and employees, from and against any and all loss, damage 101 or destruction of property of the city, arising out of, or alleged to arise out of, the work 102 and services to be performed by the contractor, its officers, agents, employees, 103 subcontractors, licensees or invitees under this contract. This indemnification 104 provision is specifically intended to operate and be effective even if it is alleged or 105 proven that all or some of the damages being sought were caused, in whole or in part, 106 by any act, omission or negligence of the city. 107 108 Article 7. MISCELLANEOUS 109 7.1 Terms. 110 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 111 the Construction Contract for Developer Awarded Projects. 112 7.2 Assignment of Contract. 113 This Agreement, including all of the Contract Documents may not be assigned by the 114 Contractor without the advanced express written consent of the Developer. 115 7.3 Successors and Assigns. 116 Developer and Contractor each binds itself, its partners, successors, assigns and legal 117 representatives to the other party hereto, in respect to all covenants, agreements and 118 obligations contained in the Contract Documents. 119 7.4 Severability. 120 Any provision or part of the Contract Documents held to be unconstitutional, void or 121 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 122 remaining provisions shall continue to be valid and binding upon DEVELOPER and 123 CONTRACTOR. 124 7.5 Governing Law and Venue. 125 This Agreement, including all of the Contract Documents is performable in the State of 126 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 127 Northern District of Texas, Fort Worth Division. 128 Docusign Envelope ID: 2D71F01E-4B69-47FC-8FEF-4C5FFB06BDA2Docusign Envelope ID: 7B9ACFEE-B435-45BC-9254-EFB13FE4428C 00 52 43 - 5 Developer Awarded Project Agreement Page 5 of 5 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 106013 Revised June 16, 2016 129 7.6 Authority to Sign. 130 Contractor shall attach evidence of authority to sign Agreement, if other than duly 131 authorized signatory of the Contractor. 132 133 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 134 counterparts. 135 136 This Agreement is effective as of the last date signed by the Parties (“Effective Date”). 137 138 Contractor: Developer: Whiting – Turner University of Texas Southwestern Medical Center By: By: (Signature) (Signature) (Printed Name) (Printed Name) Title: Title: Company Name: Company name: Address: 301 S. Henderson St. Address: 5323 Harry Hines Blvd City/State/Zip: Fort Worth, TX 76104 City/State/Zip: Dallas, TX 75390 ___________________________ Date Date 139 Docusign Envelope ID: 2D71F01E-4B69-47FC-8FEF-4C5FFB06BDA2 10/23/2025 Michael Kersey Senior Vice President Docusign Envelope ID: 7B9ACFEE-B435-45BC-9254-EFB13FE4428C EVP for Business Affairs Holly Crawford 10/23/2025 Certificate Of Completion Envelope Id: 7B9ACFEE-B435-45BC-9254-EFB13FE4428C Status: Completed Subject: Complete with Docusign: 00 52 43_Agreement_DAP-WT.pdf Source Envelope: Document Pages: 5 Signatures: 1 Envelope Originator: Certificate Pages: 1 Initials: 0 Amanda Usrey AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 5323 Harry Hines Blvd Dallas, TX 75390 Amanda.Usrey@UTSouthwestern.edu IP Address: 129.112.109.53 Record Tracking Status: Original 10/23/2025 12:25:27 PM Holder: Amanda Usrey Amanda.Usrey@UTSouthwestern.edu Location: DocuSign Signer Events Signature Timestamp Holly Crawford Holly.Crawford@UTSouthwestern.edu EVP for Business Affairs UT Southwestern Medical Center Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 129.112.109.43 Sent: 10/23/2025 12:27:29 PM Viewed: 10/23/2025 1:39:12 PM Signed: 10/23/2025 1:41:41 PM Electronic Record and Signature Disclosure: Not Offered via Docusign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 10/23/2025 12:27:29 PM Certified Delivered Security Checked 10/23/2025 1:39:12 PM Signing Complete Security Checked 10/23/2025 1:41:41 PM Completed Security Checked 10/23/2025 1:41:41 PM Payment Events Status Timestamps Bond No. 948799� 00 62 13 - 1 PERFORIvIANCE BOND Page 1 of 3 1 2 3 4 5 6 7 TH� STATE OF T�XAS COUNTY OF TARRANT SECTZON 00 62 13 PEItFORMANC� BOND � § KNOW ALL BY THESE PRESENTS: § S That we, The Whitin�-Turner Contractin� Comnanv . known as "Principal" he:rean and 9 Fidelitv and Denosit Comnanv oiMarvland, a corporate surety duly authorized to do business in 1Q tlae State nf Texas, known as "5urety" herein (whether o�ae or more), are held and firmiy baund 11 unto the Developer, Universify of Texas Southwestern Medical Center, authorized to do business 12 in Texas ("Dev�loper") and the City of I'ort Worth, a Texas municzpai corporation ("City"), in 13 Ylae pe�aal sunr� of three million nine 1�undred ei�ht ihonsand three hundred thirteen ancE thirtv-three 14 hundredths' Dollars ($3.908,313.33), lawful money of ihe United States, to be paid in �`ort 15 Worth, Tarrant County, Texas for the payment of which szun well and truly to be made jointly l5 17 l8 19 20 uzato the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jainiiy and severally, �rmly by these presents. WHER�A�, Developer and City have entered into an Agreement for the construction of community facilities in the Ciiy of Fort Wor�h by and tl�rough a Coznza�unity Facilities Agreeinenti, CFA Nu�x�ber CFA25-0086; and 21 WHEREAS, the Principal has entered into a certain written contract with tlie Devaloper awarded 22 the 23rd day of _OctoUer , 20 25, which Contract is l�ereby re�ereed to and made a part hereof 23 %r a11 purposes as if fully set forth herein, to furnish all materials, eyuipment labor and ather 24 aecessori�s defined by law, in tlae prosecution of the Worlc, including any Change Orders, as 2S pro�ided for in said Contract designated as Water, Sewe�r, Paving, �StormDrain & Lighting 26 Improvements to Serve UT'Soutlawestern --Radiation & Oncology Facility. 27 NOW, THERET� ORE, the condii:iozz af this obligation is sucl� that if the said Principal 28 sha11 faithfully perform it obligations under tlie Contract and sllall iaa ali respects duly and 29 iaithfully perforin the Work, including Change Ordexs, under the Contracf, according to tlae plans, 30 specifications, and contract docui�e��ts tl�erein referred to, and as well d�7riaag any period of 31 extension o�the Coniract that may be granted on tlae part of tl�e Developer and/or City, then ihis 32 obligation sha91 be and become null and void, otllerwise to remain in full force and effect. CITY pF FQRT WORTkI UT Southwestern -- Radiation & prtcodogy Facility STA1�iDAItD CITY CONBITIONS — DEV�LOPrR AWARDED PROJGCTS Cily Projecd No. 10G013 Revised January 31, 2012 006213-2 PFRfORMANCE 80iVD Pagc 2 of 3 1 PROVIDED FURTHER, that if aily legal action be filed on this Bond, venue shal] lie in 2 Tarrant County, Texas o�- the United States District Court for the Nortliern District of Texas, Foa-t 3 Worti� Division. 4 This bond is anade and eYecuted in compliance with the provisions of Cllapter 2253 of the 5 Texas Governme�lt Code, as amended, and all liabilities oii this bo�7d shall be determined in 6 accarda��ce with the provisioi�s of said statue. 7 IN WITN�SS WH�REOF, tlie Principal and the Surety have SIGN�D and S�ALED 8 this instrument by duiy authorized agents and aff�cers on this 3rd day ofNovei�nber, 20 25. 9 10 11 l2 i3 14 i5 16 17 18 19 20 21 22 �� 24 25 2� 7'] 78 29 30 3l 32 33 34 35 36 37 38 39 40 4] 42 ATTEST: �JC;t�Gt,�.'l, ��t (Principal) 5ecr ary Elizabeth Gre�r►w'ald �rpOr�e Sea'et�Y �i �� �tness as to'Princi Heffa Me#zter ��� Witness as o u��ety PRINCIPAL: The WEiitin�-Turner Confractul� CoEi�uanv BY: "-'�'�? 1\ - � Signah[re `,,,,�1ti111 I111111/���' Bnan R. Ot� ��.�` NER C pN �i,,� �� V��� �"'E���� .:��,�`�P ''p MP�''• T9 '`�% � . .. G R��.'• ��y : Name and Title _ Z: . SEq� .—� � �.h: • �_ Address: 300 East .Tonba Road � • � g34 :�� � Baltimore. MD Z 1286 ��'•;�q .' �� \� � •.;�YLAN� ' . .,��/�y� .�, ��� ���\��, ��rlr�it4r��� SURETY: Fidelitv and Der�osit Com�uanv of Marvland �- � % / � , . . . '.1��,� `'.� BY: ��� ��� • ` � "� Signat fe ` _ ; �-_ _�� " ', r: i : CraiQ Bancro . Attornev-in-Fact .' � �' � i Name and Tit[e " `� ''� � :� o... : Add�-ess: 1299 Zurich Wav � o'!I �`'' '' .•'�`� Schaumbur�. IL 6019b � Te[epl�one Number: (847} 605-6000 43 *Note: If signed by an oificer of the Surety Com�any, diere �nust be on file a certified exti•act 44 from the by-laws showing t��at ti�is person has authority to sign such obligatEon. If 45 Surety's physical address is c�ifferent fi-om its mailing address, both must be pi•ovided. 46 47 The date of #he bond shal[ not be prior to the clate tEle Contract is awarded. C1TY QF FOR'C WORTI l L'T So¢dlnveslern -- Rcrdialio�l cfc Oncolo�� Facilil�- 5T�INDAKD CITY COND1TfONS — DEVELOPER A1�VAK�IFD PR0.IECTS City Project �\ro. IOG013 Re�ised.lanuary 3t_ 201� 00 62 13 - 3 PERFORMANCE BOND Page 3 of 3 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 106013 Revised January 31, 2012 The date of the bond shall not be prior to the date the Contract is awarded. 1 2 Bond No. 9487991 OU6234-1 PAYMENTBQNp Page 1 of 2 1 2 3 4 5 6 7 8 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 G2 14 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: § Tl�at we, The Whitin��Turner Coniractin� Comnanv known as "Princi�aal" herein, and Fideiitv a!nd De�osit Combanv of Marv�and. a carporate surety, duly authorized to do business in 9 the Siate of Texas, known as "Surety" herein {wlaefher one or inore}, are held a��d firmly boi�nd 10 unto the Developer, University of Texas Southwestern Medical Center, authorized to do business 11 in 'I'exas "(Developer"), and the City of Fort Worth, a Texas z�L7nicipal corporation ("City"), in 12 the penal sum ofthree million nine hundred ei�ht tlao�sand ihree hundred thirteen and thirtv-three 13 hundredths' Doilars ($3,9a8.313.131, lawful money of the United States, to be paid in Fort 14 WOCC�1, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto 15 the Developer and the City as dual abligees, we bind ourselves, our heirs, executors, 1G administrators, successars and assigns, jointly and se�erally, firmly by these presents: 1'1 18 19 aa 21 WHEREAS, Developer aud City ha�e entered into an Agreement for the construction of community facilities in fhe City of Fort Worih, by anc� through a Cominunity �'aciliiies Agreex�ent, CFA Number CFA25-008G; and WHE1tEAS, I'rincipal has eniered into a certain written Cantract witla Developer, awarded the 23`a day of October, 2025, which Contract is hereby z'eferr�d to and made a part 22 hereof for all purposes as if fully set fortll herein, fio furnish all materiais, equipment, lab�r asjd 23 olher accesso�'ies as defin�d by law, in the prosecution of the Wor� as provided %r in said 24 Contract and designated as Water, Sewer�, Pcaving, S'torm D�ain & Lighting Improvements to 25 serve UT S'outhwestern — Rc�diattara & Onealogy Facility. 26 NOW, THEREFOR�, THE CONDITION OF THIS OBL�GATION is sucla that if 27 Principal shall pay all monies owing to any (and all) payment bond bez�e�ciary {as defined in 28 Chapter 2253 af the Texas Government Code, as amended} in the prosecution of the Work under 29 the Contract, then tl�is aUligation sha11 be and become null and void; otherwise io remain in full 30 force and ef%ct. CITY OF �OCt'F WORTf-[ �1T Southivestern — Radiatior� & Ortcdogy Facilaty STANDARD CITY CONDITIONS — D�V�L.OPGR AWAItDED PR07EC'1'S Crl�� Praject No. 1060]3 Rcvised January 31, 2012 D062 ]�}-2 PAYMENT F30ND Page 2 o f 2 2 3 4 5 6 7 8 9 i0 I1 12 13 l4 This bond is mad� a��d executed in coinpliance witl� the provis�ons of Chapter 2253 of ihe Texas Gover��n�ent Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. IN WITNESS WHEREOF, the Principal and Surety have eacl� STGNED and �EALED this instr�unent by dt�ly authorized agents and officers on this the 3rd day of No�e��iber, 2025. ATTEST: � �.�,���i,� ��� � i�ci al) Secret�t p Y �l'¢abe�'+ � � �� � Witness as to Princi Hella Mehler ATTEST: �i! ,�,� �'r-' (Surety) ec eta3y W�ss as to Surety PRINCIPAL: The Whiting-T�u�ner Contractin� Coinpany BY: �I�.� � ' �� Si gnature �Y°1�.11 i�. ��i ��S�kO't' ���� I`?'�i�:"a, Na�ne and Title Address: 300 East Joppa Road Balti�r�ore, MD 21286 �\\\\`����� t Cro i�������i ����..••...NT ��• Q� . • - '4 '�. ;,�J .•GpMPANi-•.,�9�; � = L S�A� � — l g34 ' � ^ ��' ��= O .:�'�.s,�,. ��RY L AN� a•'��`�: �� �......N , � �f��'��� 1 � ; �I �: �,�,�� . SURETY: Fidelitv and Deposit Companv of Marvland � ' � BY: � �/ ��� - , �� -,;`�. Si ature ` � . '' : g� ` �.t -_ � �`" r� �r� r;, ,�s Craie Bancroft, Attornev-in-Fact ��;` ,'��� �' i Name and Ti#le '� Address: 1299 Zurich Wav Schaumbur�, IL 60196 Telephone Number: (847) 605-60�0 : ;�,'�'���� .,�. ��d',,.�t Note: lf signed by an officer of the Surety, there must be on file a certified extract I'roin the byiaws showing that this person I�as a�Ethority to sign s��ch oUligation. If Su►-ety's physical address is different from its mailing address, both must be pE-ovided. The date of the bond sl�all not be prior to the date the Contract is awarded. END OF S�CTION CITY OF FORT WORTH (,rT Sairtlnresre��� -- Rndratio�z R Onroingy !"acillty STANDARD C17 Y COND[TIONS -- DEVr1.OP£R AWARDED l'ROJEC"fS Ci1}� ProjectAro. 10G(113 [Ze�ised lanuary 31_ 2012 %U[21CH ;�V1�RiC_1V fNSL`TtA1C�, COtiiP,�NY CdLONI,4L AYfEItiC.�\' CASLr.:�LTY :iYD SUEtE"f1' C011�[PAYY I IDELITY �\NU �1EPOSI"[' CUA'IP,41�'I' 4F 1-IARI'i�A\TD PO�VER OF ATTORi\Gl' KNOW ALL MLN SY �fHESE PRESENT'S: That U�c ZLIRTCi� AM�R]CAN INSURANCE COMPANY, a corporation of the 5tate of�Ncw York, tl�e COLOATIAL AMERICAT�I CASUALTY ANI� 5[JRETY COMPANY, a corparatior� of the State of Illinois, and tlte FiDL-T.ITY AND DEPOSIT COMVANY OP iv1ARYLAND a corporatinn of the 5[a[e of Illii�ois (l�crein cnlleotively called lhe "Cornpanies"}, by Ro�iert D. Nfurray, Vice President, ir� pursvance of avFl�orih� gra�itcd by Article V, Section S, of thc Sy-Lut�°s of said Compaiiies, ��+l�ich are set forth on tl�e reverse side ]�ereof and arc herchy certified to Ue in ful] force and effect on tlie dale hereot; do lterzby nomitzate, constitule, and appnint Stcphen M. AfL?TSCHELLER, F,mily HRF1'\AiY, Robc�•t F. WIIITE, Gary L. EFF�GER, l2. 1Telsou OSTER, Craig BAnCRbTT, ,Toshua �. HAUSERAIAn, �Villia��� FR�IVCIK, Jonathxn KIIiLER, �fary GOSI�, Jan�ie L:\WRE\CF., Jen«ii'er SCHI.�ZZA al1 of liunt Vallcy, A�faryland, EA[ H its true and lan-fu] aoec�t aild AUorz�ey-in-Fact, to n�ake. evecute, seal and deli�er, for, and on its behaif as stue[y, and as its act and decd: any and all bonds� and undertakings, anci tlie execulion of sucl5 boi�ds or undcrta�Cings in pursuat3ce of Llzese presents, shall be as 6inding upan said Companies, as fully aczd an�ply, to all intents and piirposes, as ii' tlley Ilad been duly exec�tted aiid ack�io���ledged by ihe regularly elected officers of the ZLiRICH AMEI2ICAN TNSUItANCE COMPA1�fY at its uffice in Nel� York, Ne�v York., the regularly elected ofticers nf tl�e COLONIAL AMERTCAT�I CASUALTY AND SiJR1:TY COM.F'ANY at its office in Owings Mills, Maryland., and the i�eaularly elecfed of�ceis of lhe FIDELITY AIV� DEPOSIT COM�'ANY OF MARYLAND aY iis ofFice in Owings Ntills, Matylattd., it� their own proper persons. Thc said Vsce Presicient does hereby certify �hat the extract set fortli on the reverse side hereof is a true copy of Article V, Seciion 8, of the By-La�i�s of said Co�npanies, and is i�ow in fi�rce. 1N WITNE55 WHGR�OI', ihe said Vice-President E}as hereunto subscribed �Sis/her natnes and affixed the Corporale Seals of tlte said ZL!R1CH A�[�RICAN INSCiRAiVCE CO`fPANY, COLOi1'1:LL A1RFit1C:#N CASIIALTY AND SL�ItETY CQ�ifYA,N'Y, and FiDELiTY :1ND DEPOSiT COl'�':�,NY OF NiARYLAND, this 251h day of October, A.D. 2023, ` ����41iil�ie� t��lllllll�� ifo���� ����1sUu�fyd]'i�� �`��,`.41Y�':;.lf'I��'.�i `�ti`����'kG0 �i. �<l� • �. ' J'�i . �v� .. '`Lirr, i� � Qd`i• 7?,p! '. '� ' �PP �R,y'•5o �', � c,� �POA� • -{. � �` p° •.•�P C3q ' " 'a`; �SfAL�':.J'- r� SEALmtn = w'"SEAL��i'-" 5�c7� .... `d�o�l '`'•.. : Y• �o,�' :E�� •�_, ~ �.5`'� NLi�,���µ ` , y•• • '�,` ��/lll11541�� � �1i141����1"',+ f __��f� Bp: RoGe+•t D. Afuri�ny !%ice Presidetal � ,r �' -- . � � r�`� ��A' j��2 .; � ±.... _ j�_;_,�7� ,,, .. ]3}�: UCIyV77 �',. �1'O1V77 Secs•eta�3� State of'NlaiyEand Cou��ty of RaltimoR•c � , '�� : ,� : ,. ; - � . � t� � }� On this ?Sth day of Octobcr A D. ?023, 6efore tiie suhscr�bcr, a Nota�}� Yublic af the State oi' Maryland, duly cnmmissfoned a�id quali�ed, Rohert D. Murray, \'ice President and Da�vn E. Brown, Secretary of U�e Companies, to rne personall}� knnn�n to be Ehe indf�riduals and of[icers descr[bed fn and �vlao eYecuted ilie precedinn instrumeni, and ack3�o�ledged the execution of sanie, and beuie by me duly sworn, deposeth and saitlti, that he/she is the said oFficer of lhe Company aforesaid, and that t�ie seals aftixed to lhe precedfng instrument are the Cor��oratc Seals of said Conipanfes, and iliat the said Corpnrate Seals and t3�e si�naLLire as such oflicer were duly affi4ed a�ici subseribed to the said instrunieni by the authoriry and dfrectipn uf the said CorporaL2ans 1N TLSTIMQ�TY W[1rRL-OP, i have hereunto set my liand a�id aftixed my Off icfal Sea] the day and }'ear tirst above txrittcn. Ger2evieve 1ti�. Nlcrisoi� .���:�,e`.' :�',t;, ' . ... .. ... .. .. . . . ` �' OT { ..iP _ ._S:'_ s'i .� 2'ii; _ . _ -.O r. GENEVIEVE fVl, MAISON ="` ���at!�, `�c NOTnR7puBilC = ;j'""��:� BALTIMORECO�JN'I'Y,hi❑ '��"•`';.- f.#/Ccmr�i_.tbnE.n s;nkJAF'f27.20?5 �.r��" ATTEST: ZLIiICH AM�.RI('AN ]NSUIG1iV�CC COMPANY CdLONLAL A,tIERICAN CASUAI,T1' AN]] Sl!RFTY C014�ANY FIi]E1sITY AYD DEYOSTT COMPAI!'Y OF �14AR1'LANU A,uthenticity af this bond can be confrmed �t �ondvalidator.zurichna.com or �1D-559-8790 Bond Na. 9487991 006219-] MAINTENANC�. BOND Page 1 of3 � 2 3 4 5 6 7 8 7 10 THE STATE OF TEXAS COUNTY OF TARRANT s�cTzoN oo �z �9 MAINTENANCE B4ND § § KNOW ALL BY THESE PRESENTS: § That we The Whitin�-Turner Contractin� Companv known as "Principal" herein and �'idelztv and Denosit Coznbanv of Marvland. a corporate surety, duly auihorized to do business in the State oiTexas, known as "Surety" herein (whether one or more), are held and firmly bound 11 un#o the De�eloper, University of Texas Southwestiern Medical Center, authorized to do business 12 in Texas ("Developex") and the City of Fnrt Worth, a Texas municipal corporation ("City"), in 13 the sum of three million nine hundred ei�ht thousand three hundred thirteen and tl�irtv-three 14 hundredths' Dollars ($3,908,313.331, lawfial money of tl�e United States, �o be paid in Fort 1S Wortll, Tarrant County, Texas, for payment nf which sum well and truly be made jointly unto tkze 16 Developer and the City as dual obligees and their sUccessors, we Uind oursel�es, our l�eirs, 17 18 19 20 21 22 23 executors, administrators, successors and assigns, jointly and severally, iirmly by these presents. WHEREAS, Developar and City have entered into an Agreement for the construction of cominunity facilities in the City of Fort Worth by and thr'ougla a Coznmunity Facilities Agreement, CFA NLunber C�A25-0086; and WH�R�AS, the Principal has entered into a certain written contract with the Developer awarded the 23rd day of October , 2025, which Contract is hereby re�erred io and a��aade part 24 hereof far all purposes as if fully set forth herein, to furnisl� all materials, equipment labor and 25 other accessories as defined by lavv, in the prosecution of the Work, including any Work resuliing 26 From a duly authorized Change Order {collectively herein, the "Work") as provided for in said 27 Contract and designated as Water, ,S`etver, Pcaving, SPorm Drain & Lighting Irrtproverraents Po 28 29 30 3] 32 33 34 Serve UT Souihwestern -- Radiation & Oncology Facility; and WFIEREAS, Principal binds itseltto use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will reinain free fro�n defects in materials or warkmanship %r and during the period of two (2) years after the date of rinal �icceptance of the Work by the City ("Maintenance �'e�'ioci"); and CI'T'Y OF FO1tT WORTH U?'Soudhives�er7� --Radaatron & Oncology Fcrcility STAI�DARD CTTY CONDITIOhIS — D�VELOPER AWARDED PRpJLCTS City Praject No. 106Q13 Revised January 31, 2012 ao6z�9-2 MAINTE�TAAlCE BOND Page 2 oi 3 1 WHEREAS, Principal binds itself to repair or reconstrt�ct the Work in whole or in part 2 upon recei�ing notice from the Developer and/or City of the need ihereof at any time withi n the 3 Maintenance 1'eriod. 4 5 6 7 8 9 NOW THEREFORE, the condition of this obligatian is such that if Principal s�all remedy any defective Work, for which timely notice was provided by D�veloper or City, to a completion satisfactory to the City, then this obligation sha�l become nu11 and void; otherwise to remain in full force and effect. 10 PROVIDED, HOWEVER, if �'rincipal shall fail so to repair or reconstruct any tiinely 11 noticed defective Work, it is agreed that the De�eloper or Cify may cause any and all such 12 de%ctive Work to be repaired and/or reconstructed wath aII associated costs thereof being borne 13 by the Principal and the Surety under ihis Maintenance Bond; and 14 15 PROVIDED TURTHER, that if any legal action be iiied on this Bond, venue shali lie in 16 Tarrat�t County, Texas or the Unsted Siates District Court for the Northern District o� Texas, I`ort 17 Worth Division; and 18 19 20 21 22 23 PROVIDED I{'URTX�ER, ihat this obligation s�all be continuous in nature and successive recoverias may be had hereon for successive breaches. ^ CITY QP FORT WQRTH UT Soudhivestein �- Radiatio�z & Oncology FcrcrJrty S'I'ANDARD CITY CONDITIONS -- DEVELOYEI2 A GVARD�D PRO7ECTS Caty Projecd No. 1060J3 Revised .Tanua�y 31, 2012 40 52 19 - 3 MA]NTENANCr 130ND Paee 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety l�ave eacli SIGNCD and SEALED tl�is instrument by duly auti�orized agents and officers on this 3rd day of No�ember _, 20 25. 4 5 6 7 $ 4 l0 �� 12 13 14 15 16 �� is l9 20 ai 22 7j 24 25 26 27 ?g 29 �0 31 32 33 34 ATTEST: � r�,i_/L'� ��t rt,�t� � /, . � r�nc�pal) 5ecreta �-- �� �� itness as ta P�'incipal �� Nella Metzler ATTEST; �� {5uraty} ec tary Wf�ess as to 5urety 35 35 *Note �7 38 39 40 41 PRINCIPAL: The Whitine-Turner Contractin� Comnanv BY: � � • � kS2P��1 �U��t� ��c,� V�� �'���et� Naizie and Title �1dcEress: 30Q East .lonba Road Baltin�ore. vID 21286 \�,`��ti��iCrO��iT ���� :���.��' • ° �° �'9 �'. ,� .•�pMPq�;�•.e-��'% � � ��� SEA� :�= k— 1934 � _ 'S �' � �7 � '� �'��YLANao.��0��: � , .-�, y-� . : r ).N� \���`�` ''r��rf; � �; i �ri����� SURETY: Fidelitv and Deqosit Comoan� of Marvla�id � , -,:1.;r:: BY: // v / .� // // / � � . ..' '�t���,.J,�rr .��•4 `- � -• 5ignature ` .; r� -. _ r . a� ' � �, � � ' 3 y - Graig B�ncraft, Attorney-i�-Fact �' �'= 4+ � Name attd Titla Address: 1299 Zurich Wav Schaun�l�ure. ]I, 60196 Telephone Number: (8471605-6000 "; � �'. . � �<<<� If s�gned by an officer of the Surety Company, th�re mi�st be on file a certified extract from the by-]aws sizowing that this person has aut�lority to sign such obligation. �f Surety's pliysical address is difFerent fi•om its mailing address, both must be provided. The date of the bond shall not be prior to tl�e date the ContracE is awarded. C1TY OF FOR"f 1VOR'1-H UT 5outlm•esterri — Radinlroii cZ Of�enfo,gr Facilii�• 5'CANDARD C1TY CONDIT[ONS — DEVELOPER AWARDED PROJGCTS Cifv P�'ojectA'o. 106013 Re��ised.lanuary 3l_ 2012 ZLT12iCH �.�TL,+`R1C.�1�' I1�SI1Rr11VCE COl'fYANY' C4LONiAL :�il�tERIC.�\` C'�SUALTY A\D SiTRETI' COMPANI' F'IDELIT'�' AnQ DEYOSIT COR'[P,4.�'Y OF 1IAI2�'LA\T[) PO�i'�R OF ATTOliNE1' KNQW ALL MT,N $Y THT',SE YItL.SENTS: That tl�e ZURICH AMLiZTCA3�i INSURANCE COMPANY, a corporation oi the 5tate oY �Tetv York, [he COLONCAL AMERICA?�1 CA5UALI'Y AND SUR�TY COMPANY, a cosporation of the 5tate of Illinois, and El�e FIDLT,�TY A1VD DEPOSIT COMPANY O� 1�ARYI.AND a corporation of the State uP Illinois {herein collectively called the "Companies"}, by Robert D. Mw�ray; Vice Presicient, f:� pursuance of authorit�r granted by Article V, Section 8, of Ehe By-Lates of said Companies, �irhich are set forth ori Yhe reverse side hereof �id are lie3�eUy certified to Ue in full force and effect on tlte date hercof, do here6y nominate, constitute, attd appoint Stephen N[. A�IUTSCIFELLCR, Emily BRENIIAN, Robert F. WHT"1'E, Gary L. BEF2GER, R. Nelson OSTER, Craig SANCROk�T, Jnshua B. 1-I�L�S�il1dAN, '4Villiam k 12.�.�'CII�, ,lanatl�ai� ICIBLER, �fa�y GOSICA, Jamie L�WR�NC�, .iennifcr SCHi.� LZA all u1' Hunt Vallcy, lllaryland, FACC� its true and Ian�Fu] agent and Attorncy-in-Fact, ta make, esecute, sca] and deliver, tar, and on its behalf as sure��=, and as its act at�d deed: any and ali bn�ds and �ndertakings, aiid tl�e zxecution of such bailds or undertalcings in pursuanee of these presents, shall hc as bi��dina upai said Companies, as Fully and au5ply, tp aIl intents and purposes, as if they had been duly executed and acl�iotvled�ed by the regularly elected ol'licers of [he ZLfRICH APv1ERICAN Tt�ISURANCT; COMPANY at its office ii� Ne�v York, Ne��� Yoc�k., tltz reaularly elected officers oY the COLONIAL AMERICAN CASUAT�TI' AND SLFRETY CO�viPA�TY at its office in Owings Mi!]s, Mar� land., and tl�e regulv�l�� elccted nfficers of the PIDEI,TTY AND DEPOSIT COMPANY OP MARYLAND at its office in Owings Mills, Maryland., in their o��rn proper persoils. The said Vice President does ��crehy ecrtify that the exEract set forth on tlte retrerse side hereof is a true copy of Arlicle V, Sectio�� 8, of the t3y-Laws oPsaid Companies, avd is �50��� in force. IN WITTiESs WIIEREOP, tlie said Vice-Presfdent ltas hereunto subscribed fiis/her na�a5es and aftixed tlie Corporate Seals of tl�e said 7L!1ZICH A111�:R1CA�1 IIVSUR�NCE COA�fP:1\'1', CO�,O1�T.�.L Alb1�RlC.1�I CASUAL`fV AND Si.�RE'N'Y CO��IPAIVY, and FiD�LITi'.11VD DEPOSiT C0117'a1VY OF VIAI2VLAND, tl�is 75Eh day oCOctober, A.D. 2023. ,,,�,����3��� ,�,,,,������� , `o°�acu.];:'dg�''4� �,.• �5�[:SUR"'•,� a`+a`�,l1Cp'�"'•y� = �v,:�PP�R.�,`rti ��-_ t <;i��'�POR.r4���'. _��f'Q.40p+.�7t': �C�1(} =`^Tt l�tC�'=�.0 �.�L =�` SEALr` =�;="S�AL�=�-"`"SEAL`�` = � ;°.���,..... �.�.' _ }• J'Y ` ",,�s. _ f J`=`= '�'Ltiy:YC]N' . .r ... ' a �I11 ���Illoiil���"`l,` ��Ililll��l���"�w �� By: Robei7 D. d�fau•rtr�i l'ice P�•esrdef�t .-f )i_c'[-iL ^.: (�>2.F'Cc'�--- �, Bv: Dmv�z !'. Br•o}vri . Secreicrry StaEc of lYf��yland Cnunt�� nfi3ultitnore AT`i'EST: ZL?�ICH AnIEI2ICAN WSURANCE CO�EPANI' COI.ONLL AA�IERICAN CASU.4LTl",aND SU12L,T1' CO��IPANl' T+IDELITY .a� DEPOSIT COi1�[PANY OF A�L�.f2YLA\rD On tiiis �5th day of Octo�er A,D. 3023, �cfore the suhscriber, a Nolary Public af the Statz of Maryla��d, duly commissiu�led and quaiif[ed, Robert U. 141w•ray, Vice President and Da�r�n E. Rrown, 5ecretacy of the Companies, Co mc personally kuown to be the individuals and officers descriUed in and who executed the preceding instniment, and acknowleciged tl�e esecutfon of same, and 6cing b}' me duly stiorn, deposeth and saith, that helshe is the said nfticer of the Company afores�tfd, and that the seals a�sed to the prcceding instrument are the Cnrpnrate Seals of said Companies, a�id that the slfd Corparate Seals and the signature as such pfticer �vcre duly affixed and subscribed to tl7c suid instrument b}� tlie authority and direciion of thc said COr�praCiOnS. fN TBS"1�IMONY WHEREOP, f have hereun[o seL my hand ai�d a�sed my Official $cal lhc day and year first a6ove ���ritten, Genevieve 1�7. Mcrisol� `.,\�\I F.�.� , �'',; ,`'�:' '���.' : _ _; :0 2t, ','�=_ - u.r: _ . = �,`c _ GENEVIEVE M. MAI56N "� � � F'va��� ,. � - NOTM'�PUBUC -"�iy�, ,,(^-�'r.� ESALiIM07ECOL!fJl'Y,M❑ --�'��'�" �.tlCommis�ionE:jres:�NJAFY27..2025 '��r`t0�''`' Authenticity of this bond can be con�rmed at bondvalidator.zurichna.com or 41�-559-8790 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology........................................................................................................... 1 1.01 Defined Terms ............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 5 Article 2 – Preliminary Matters ......................................................................................................................... 6 2.01 Before Starting Construction ......................................................................................................... 6 2.02 Preconstruction Conference .......................................................................................................... 6 2.03 Public Meeting .............................................................................................................................. 6 Article 3 – Contract Documents and Amending ............................................................................................... 6 3.01 Reference Standards ...................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents ................................................................... 6 Article 4 – Bonds and Insurance ........................................................................................................................ 7 4.01 Licensed Sureties and Insurers ...................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds ......................................................................... 7 4.03 Certificates of Insurance ............................................................................................................... 7 4.04 Contractor’s Insurance .................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12 Article 5 – Contractor’s Responsibilities ......................................................................................................... 12 5.01 Supervision and Superintendent ................................................................................................. 12 5.02 Labor; Working Hours ................................................................................................................ 13 5.03 Services, Materials, and Equipment ........................................................................................... 13 5.04 Project Schedule .......................................................................................................................... 14 5.05 Substitutes and “Or-Equals” ....................................................................................................... 14 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ...................................... 16 5.07 Concerning Subcontractors, Suppliers, and Others .................................................................... 16 5.08 Wage Rates .................................................................................................................................. 18 5.09 Patent Fees and Royalties ........................................................................................................... 19 5.10 Laws and Regulations ................................................................................................................. 19 5.11 Use of Site and Other Areas........................................................................................................ 19 5.12 Record Documents ...................................................................................................................... 20 5.13 Safety and Protection .................................................................................................................. 21 5.14 Safety Representative .................................................................................................................. 21 5.15 Hazard Communication Programs ............................................................................................. 22 5.16 Submittals .................................................................................................................................... 22 5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24 5.19 Delegation of Professional Design Services ............................................................................... 24 5.20 Right to Audit: ............................................................................................................................. 25 5.21 Nondiscrimination. ...................................................................................................................... 25 Article 6 – Other Work at the Site ................................................................................................................... 26 6.01 Related Work at Site ................................................................................................................... 26 Article 7 – City’s Responsibilities. ................................................................................................................. 26 7.01 Inspections, Tests, and Approvals ................................................................................................... 26 7.02 Limitations on City’s Responsibilities ........................................................................................ 26 7.03 Compliance with Safety Program ............................................................................................... 27 Article 8 – City’s Observation Status During Construction ............................................................................ 27 8.01 City’s Project Representative ...................................................................................................... 27 8.02 Authorized Variations in Work ................................................................................................... 27 8.03 Rejecting Defective Work ...................................................................................................... 27 8.04 Determinations for Work Performed .......................................................................................... 28 Article 9 – Changes in the Work ..................................................................................................................... 28 9.01 Authorized Changes in the Work................................................................................................ 28 9.02 Notification to Surety .................................................................................................................. 28 Article 10 – Change of Contract Price; Change of Contract Time ................................................................. 28 10.01 Change of Contract Price ............................................................................................................ 28 10.02 Change of Contract Time ............................................................................................................ 28 10.03 Delays .......................................................................................................................................... 28 Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ....................... 29 11.01 Notice of Defects ........................................................................................................................ 29 11.02 Access to Work ........................................................................................................................... 29 11.03 Tests and Inspections .................................................................................................................. 29 11.04 Uncovering Work .................................................................................................................. 30 11.05 City May Stop the Work ............................................................................................................. 30 11.06 Correction or Removal of Defective Work ............................................................................ 30 11.07 Correction Period ........................................................................................................................ 30 11.08 City May Correct Defective Work ............................................................................................. 31 Article 12 – Completion .................................................................................................................................. 32 12.01 Contractor’s Warranty of Title .................................................................................................... 32 12.02 Partial Utilization ........................................................................................................................ 32 12.03 Final Inspection ........................................................................................................................... 32 12.04 Final Acceptance ......................................................................................................................... 33 Article 13 – Suspension of Work ..................................................................................................................... 33 13.01 City May Suspend Work ............................................................................................................. 33 Article 14 – Miscellaneous .............................................................................................................................. 34 14.01 Giving Notice .............................................................................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34 14.03 Cumulative Remedies ................................................................................................................. 34 14.04 Survival of Obligations ............................................................................................................... 35 14.05 Headings ...................................................................................................................................... 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents 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 00 73 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 l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non- Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: NONE 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: NONE b. Each Occurrence: : NONE 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right- of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 Required for this Contract. Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean- up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 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 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 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.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 10- 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 at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 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 10- 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 of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 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 10- 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: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised December 20, 2012 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Summary of Work to be performed in accordance with the Contract Documents 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 - General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor, materials, and equipment, and performing 19 all Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the 23 project, such as conditions imposed by the Drawings or Contract Documents in 24 which no specific item for bid has been provided for in the Proposal and the item is 25 not a typical unit bid item included on the standard bid item list, then the item shall 26 be considered as a subsidiary item of Work, the cost of which shall be included in 27 the price bid in the Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and 31 equipment stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places 33 or other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 a. A reasonable amount of tools, materials, and equipment for construction 36 purposes may be stored in such space, but no more than is necessary to avoid 37 delay in the construction operations. 38 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere 1 with the use of spaces that may be designated to be left free and unobstructed 2 and so as not to inconvenience occupants of adjacent property. 3 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4 manner as not to interfere with the operation of the railroad. 5 1) All Work shall be in accordance with railroad requirements set forth in 6 Division 0 as well as the railroad permit. 7 D. Work within Easements 8 1. Do not enter upon private property for any purpose without having previously 9 obtained permission from the owner of such property. 10 2. Do not store equipment or material on private property unless and until the 11 specified approval of the property owner has been secured in writing by the 12 Contractor and a copy furnished to the City. 13 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14 obstructions which must be removed to make possible proper prosecution of the 15 Work as a part of the project construction operations. 16 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17 lawns, fences, culverts, curbing, and all other types of structures or improvements, 18 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19 appurtenances thereof, including the construction of temporary fences and to all 20 other public or private property adjacent to the Work. 21 5. Notify the proper representatives of the owners or occupants of the public or private 22 lands of interest in lands which might be affected by the Work. 23 a. Such notice shall be made at least 48 hours in advance of the beginning of the 24 Work. 25 b. Notices shall be applicable to both public and private utility companies and any 26 corporation, company, individual, or other, either as owners or occupants, 27 whose land or interest in land might be affected by the Work. 28 c. Be responsible for all damage or injury to property of any character resulting 29 from any act, omission, neglect, or misconduct in the manner or method or 30 execution of the Work, or at any time due to defective work, material, or 31 equipment. 32 6. Fence 33 a. Restore all fences encountered and removed during construction of the Project 34 to the original or a better than original condition. 35 b. Erect temporary fencing in place of the fencing removed whenever the Work is 36 not in progress and when the site is vacated overnight, and/or at all times to 37 provide site security. 38 c. The cost for all fence work within easements, including removal, temporary 39 closures and replacement, shall be subsidiary to the various items bid in the 40 project proposal, unless a bid item is specifically provided in the proposal. 41 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern - Radiation & Oncology Facility City Project No. 106013 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 5 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern - Radiation & Oncology Facility City Project No. 106013 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern - Radiation & Oncology Facility City Project No. 106013 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 5 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern - Radiation & Oncology Facility City Project No. 106013 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 5 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City’s opinion, acceptance will require substantial revision of the original design d. In the City’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern - Radiation & Oncology Facility City Project No. 106013 01 25 00 - 5 SUBSTITUTION PROCEDURES Page 5 of 5 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. 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. 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 execution of the Agreement and before Work is started. 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. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. 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. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 32 33 - 2 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 33 00 - 1 SUBMITTALS Page 1 of 8 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 33 00 - 4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 33 00 - 5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 33 00 - 6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 33 00 - 7 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. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 33 00 - 8 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City’s document management system, or another external FTP site approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 45 23 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised July 1, 2011 SECTION 01 50 00 1 TEMPORARY FACILITIES AND CONTROLS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provide temporary facilities and controls needed for the Work including, but not 6 necessarily limited to: 7 a. Temporary utilities 8 b. Sanitary facilities 9 c. Storage Sheds and Buildings 10 d. Dust control 11 e. Temporary fencing of the construction site 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Temporary Utilities 24 1. Obtaining Temporary Service 25 a. Make arrangements with utility service companies for temporary services. 26 b. Abide by rules and regulations of utility service companies or authorities 27 having jurisdiction. 28 c. Be responsible for utility service costs until Work is approved for Final 29 Acceptance. 30 1) Included are fuel, power, light, heat and other utility services necessary for 31 execution, completion, testing and initial operation of Work. 32 2. Water 33 a. Contractor to provide water required for and in connection with Work to be 34 performed and for specified tests of piping, equipment, devices or other use as 35 required for the completion of the Work. 36 b. Provide and maintain adequate supply of potable water for domestic 37 consumption by Contractor personnel and City’s Project Representatives. 38 c. Coordination 39 1) Contact City 1 week before water for construction is desired 40 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised July 1, 2011 d. Contractor Payment for Construction Water 1 1) Obtain construction water meter from City for payment as billed by City’s 2 established rates. 3 3. Electricity and Lighting 4 a. Provide and pay for electric powered service as required for Work, including 5 testing of Work. 6 1) Provide power for lighting, operation of equipment, or other use. 7 b. Electric power service includes temporary power service or generator to 8 maintain operations during scheduled shutdown. 9 4. Telephone 10 a. Provide emergency telephone service at Site for use by Contractor personnel 11 and others performing work or furnishing services at Site. 12 5. Temporary Heat and Ventilation 13 a. Provide temporary heat as necessary for protection or completion of Work. 14 b. Provide temporary heat and ventilation to assure safe working conditions. 15 B. Sanitary Facilities 16 1. Provide and maintain sanitary facilities for persons on Site. 17 a. Comply with regulations of State and local departments of health. 18 2. Enforce use of sanitary facilities by construction personnel at job site. 19 a. Enclose and anchor sanitary facilities. 20 b. No discharge will be allowed from these facilities. 21 c. Collect and store sewage and waste so as not to cause nuisance or health 22 problem. 23 d. Haul sewage and waste off-site at no less than weekly intervals and properly 24 dispose in accordance with applicable regulation. 25 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 26 4. Remove facilities at completion of Project 27 C. Storage Sheds and Buildings 28 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 29 above ground level for materials and equipment susceptible to weather damage. 30 2. Storage of materials not susceptible to weather damage may be on blocks off 31 ground. 32 3. Store materials in a neat and orderly manner. 33 a. Place materials and equipment to permit easy access for identification, 34 inspection and inventory. 35 4. Equip building with lockable doors and lighting, and provide electrical service for 36 equipment space heaters and heating or ventilation as necessary to provide storage 37 environments acceptable to specified manufacturers. 38 5. Fill and grade site for temporary structures to provide drainage away from 39 temporary and existing buildings. 40 6. Remove building from site prior to Final Acceptance. 41 D. Temporary Fencing 42 1. Provide and maintain for the duration or construction when required in contract 43 documents 44 E. Dust Control 45 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised July 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the 1 project. 2 a. Contractor remains on-call at all times 3 b. Must respond in a timely manner 4 F. Temporary Protection of Construction 5 1. Contractor or subcontractors are responsible for protecting Work from damage due 6 to weather. 7 1.5 SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION [NOT USED] 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. Temporary Facilities 22 1. Maintain all temporary facilities for duration of construction activities as needed. 23 3.5 [REPAIR] / [RESTORATION] 24 3.6 RE-INSTALLATION 25 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES 30 A. Temporary Facilities 31 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised July 1, 2011 1. Remove all temporary facilities and restore area after completion of the Work, to a 1 condition equal to or better than prior to start of Work. 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORT H ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS Revised March 22, 2021 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 01 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 – General Requirements 15 3. Section 34 71 13 – Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORT H ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS Revised March 22, 2021 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control “Typical” published by City of Fort Worth, the Texas 2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor’s responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City’s website. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City’s Project Representative. CITY OF FORT WORT H ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS Revised March 22, 2021 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control “Typicals” if applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit 12 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised July 1, 2011 SECTION 01 57 13 1 STORM WATER POLLUTION PREVENTION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Procedures for Storm Water Pollution Prevention Plans 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 10 Contract 11 2. Division 1 – General Requirements 12 3. Section 31 25 00 – Erosion and Sediment Control 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Construction Activities resulting in less than 1 acre of disturbance 16 a. Work associated with this Item is considered subsidiary to the various Items 17 bid. No separate payment will be allowed for this Item. 18 2. Construction Activities resulting in greater than 1 acre of disturbance 19 a. Measurement and Payment shall be in accordance with Section 31 25 00. 20 1.3 REFERENCES 21 A. Abbreviations and Acronyms 22 1. Notice of Intent: NOI 23 2. Notice of Termination: NOT 24 3. Storm Water Pollution Prevention Plan: SWPPP 25 4. Texas Commission on Environmental Quality: TCEQ 26 5. Notice of Change: NOC 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Integrated Storm Management (iSWM) Technical Manual for Construction 32 Controls 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. General 35 1. Contractor is responsible for resolution and payment of any fines issued associated 36 with compliance to Stormwater Pollution Prevention Plan. 37 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised July 1, 2011 B. Construction Activities resulting in: 1 1. Less than 1 acre of disturbance 2 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 3 Drawings. 4 2. 1 to less than 5 acres of disturbance 5 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 6 Permit is required 7 b. Complete SWPPP in accordance with TCEQ requirements 8 1) TCEQ Small Construction Site Notice Required under general permit 9 TXR150000 10 a) Sign and post at job site 11 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 12 Transportation and Public Works, Environmental Division, (817) 392-13 6088. 14 2) Provide erosion and sediment control in accordance with: 15 a) Section 31 25 00 16 b) The Drawings 17 c) TXR150000 General Permit 18 d) SWPPP 19 e) TCEQ requirements 20 3. 5 acres or more of Disturbance 21 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 22 Permit is required 23 b. Complete SWPPP in accordance with TCEQ requirements 24 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 25 a) Sign and post at job site 26 b) Send copy to City Department of Transportation and Public Works, 27 Environmental Division, (817) 392-6088. 28 2) TCEQ Notice of Change required if making changes or updates to NOI 29 3) Provide erosion and sediment control in accordance with: 30 a) Section 31 25 00 31 b) The Drawings 32 c) TXR150000 General Permit 33 d) SWPPP 34 e) TCEQ requirements 35 4) Once the project has been completed and all the closeout requirements of 36 TCEQ have been met a TCEQ Notice of Termination can be submitted. 37 a) Send copy to City Department of Transportation and Public Works, 38 Environmental Division, (817) 392-6088. 39 1.5 SUBMITTALS 40 A. SWPPP 41 1. Submit in accordance with Section 01 33 00, except as stated herein. 42 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 43 as follows: 44 1) 1 copy to the City Project Manager 45 a) City Project Manager will forward to the City Department of 46 Transportation and Public Works, Environmental Division for review 47 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised July 1, 2011 B. Modified SWPPP 1 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 2 in accordance with Section 01 33 00. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] 11 PART 3 - EXECUTION [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. D. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised November 22, 2016 SECTION 01 70 00 1 MOBILIZATION AND REMOBILIZATION 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor’s personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor’s operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor’s personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor’s operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor’s personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor’s personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor’s personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor’s 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised November 22, 2016 3. Mobilizations and Demobilization for Miscellaneous Projects 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor’s personnel, equipment, and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor’s 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor’s personnel, equipment, and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 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 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment [Consult City Department/Division for direction on if 27 Mobilization pay item to be included or the item should be subsidiary. Include the 28 appropriate Section 1.2 A. 1.] 29 1. Mobilization and Demobilization 30 a. Measure 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 2. Remobilization for suspension of Work as specifically required in the Contract 37 Documents 38 a. Measurement 39 1) Measurement for this Item shall be per each remobilization performed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under “Measurement” will be paid for at the unit 43 price per each “Specified Remobilization” in accordance with Contract 44 Documents. 45 c. The price shall include: 46 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised November 22, 2016 1) Demobilization as described in Section 1.1.A.2.a.1) 1 2) Remobilization as described in Section 1.1.A.2.a.2) 2 d. No payments will be made for standby, idle time, or lost profits associated this 3 Item. 4 3. Remobilization for suspension of Work as required by City 5 a. Measurement and Payment 6 1) This shall be submitted as a Contract Claim in accordance with Article 10 7 of Section 00 72 00. 8 2) No payments will be made for standby, idle time, or lost profits associated 9 with this Item. 10 4. Mobilizations and Demobilizations for Miscellaneous Projects 11 a. Measurement 12 1) Measurement for this Item shall be for each Mobilization and 13 Demobilization required by the Contract Documents 14 b. Payment 15 1) The Work performed and materials furnished in accordance with this Item 16 and measured as provided under “Measurement” will be paid for at the unit 17 price per each “Work Order Mobilization” in accordance with Contract 18 Documents. Demobilization shall be considered subsidiary to mobilization 19 and shall not be paid for separately. 20 c. The price shall include: 21 1) Mobilization as described in Section 1.1.A.3.a.1) 22 2) Demobilization as described in Section 1.1.A.3.a.2) 23 d. No payments will be made for standby, idle time, or lost profits associated this 24 Item. 25 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 26 a. Measurement 27 1) Measurement for this Item shall be for each Mobilization and 28 Demobilization required by the Contract Documents 29 b. Payment 30 1) The Work performed and materials furnished in accordance with this Item 31 and measured as provided under “Measurement” will be paid for at the unit 32 price per each “Work Order Emergency Mobilization” in accordance with 33 Contract Documents. Demobilization shall be considered subsidiary to 34 mobilization and shall not be paid for separately. 35 c. The price shall include 36 1) Mobilization as described in Section 1.1.A.4.a) 37 2) Demobilization as described in Section 1.1.A.3.a.2) 38 d. No payments will be made for standby, idle time, or lost profits associated this 39 Item. 40 1.3 REFERENCES [NOT USED] 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS [NOT USED] 43 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] 45 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH UT Southwestern – Radiation & Oncology Facility STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 106013 Revised November 22, 2016 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 9 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “Construction Staking”. 2) Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of “cut sheets” using the City’s standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “As-Built Survey”. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survey –The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking – The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey “Field Checks” – Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City’s Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor’s selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit “Cut-Sheets” conforming to the standard template provided by the City (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City’s Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. 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. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and 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 the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor’s responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12” and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater – Not Applicable CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater – Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer’s specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client’s plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 Revision Log 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor’s work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey “Field Check” of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 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. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 74 23 - 1 CLEANING Page 1 of 4 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORT H ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS Revised March 22, 2021 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 77 19 - 1 CLOSEOUT REQUIREMENT S Page 1 of 3 1 SECTION 01 77 19 2 CLOSEOUT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 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 A. Guarantees, Bonds and Affidavits 19 20 21 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. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City’s Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 CITY OF FORT WORT H ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS Revised March 22, 2021 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 77 19 - 2 CLOSEOUT REQUIREMENT S Page 2 of 3 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 01 78 39 8 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contractor present. 15 b. Upon completion of this inspection, the City will notify the Contractor, in 16 writing within 10 business days, of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 City. 21 3. The Right-of-way shall be cleared of all construction materials, barricades, and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notice, the City, in the presence of the Contractor, will make a subsequent Final 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limited to: 29 a. Specified spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORT H ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS Revised March 22, 2021 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 77 19 - 3 CLOSEOUT REQUIREMENT S Page 3 of 3 1 1. Coordinate with the City Project Representative to complete the following 2 additional forms: 3 a. Final Payment Request 4 b. Statement of Contract Time 5 c. Affidavit of Payment and Release of Liens 6 d. Consent of Surety to Final Payment 7 e. Pipe Report (if required) 8 f. Contractor’s Evaluation of City 9 g. Performance Evaluation of Contractor 10 F. Letter of Final Acceptance 11 1. Upon review and acceptance of Notice of Project Completion and Supporting 12 Documentation, in accordance with General Conditions, City will issue Letter of 13 Final Acceptance and release the Final Payment Request for payment. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to “ Clearing ROW” 26 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 78 39 - 3 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, in accordance with the intervals set forth in Section 01 71 23, 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 UT Southwestern – Radiation & Oncology Facility City Project No. 106013 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Ra iation nco 0 y Bui in an Par in tru ctu re Geotechnical Engineering Report Prepared for: UT Southwestern Medical Center 5323 Harry Hines Blvd Dallas, TX 75390 � �..� �— . — �r _ ,, �erracon Explore with us N at i o n w i d e • Fe��'�t�es ■ Environmental ■ Geotechnical Terracon.com ■ Material; ,. �erracan 1801 Handley Ederville Road Fort Worth, Texas 76118 P (817) 268-8600 Terracon.com August 15, 2024 UT Southwestern Medical Center 5323 Harry Hines Blvd Dallas, TX 75390 Attn: David Gwie, PE PMP P: (214) 648 1224 E: David.Gwie@UTSouthwestern.edu Re: Geotechnical Engineering Report Radiation Oncology Building and Parking Structure W. Oleander St. & Grainger St. Fort Worth, Texas Terracon Project No. 94245079 Dear Mr. Gwie: We have completed the scope of Geotechnical Engineering services for the above referenced project in general accordance with Terracon Proposal No. P94245079 dated April 5, 2024 and authorized on April 5, 2024. This report presents the findings of the subsurface exploration and provides geotechnical recommendations concerning earthwork and the design and construction of foundations, floor slabs and pavements for the proposed project. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report or if we may be of further service, please contact us. Sincerely, Terracon Registration No. F-3272 �� Sushanta Bhusal, E.I.T. Senior Staff Engineer =P-��p�r�`hl � .,,,.,.....'r9s, �i� � �'�. . � • ••,,.�t I ��*' f.'.k:..,.. ............. :.i:� � CHRLS[flFHER W, @DDY � ... .......... ........... ,` � �,, r sssi a ; : �� ..� �� �G��15� •' �c� � �' �' �.,, � � � 1� ' •...... � � C- ��� `� � - , �'���:�� t}'� Christopher W. Eddy, P.E. Senior Geotechnical Engineer Facilities � Environmental � Geotechnical � Materials Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Table of Contents ReportSummary .............................................................................................. i Introduction.................................................................................................... 1 ProjectDescription .......................................................................................... 1 SiteConditions ................................................................................................ 2 GeotechnicalCharacterization ......................................................................... 3 SeismicSite Class ............................................................................................ 4 Geotechnical Overview .................................................................................... 5 Earthwork....................................................................................................... 6 Demolition ............................................................................................... 6 ExistingFill .............................................................................................. 6 SitePreparation ........................................................................................ 7 Grade Supported Floor Slab Pad Preparation ................................................. 7 FillMaterial Types ..................................................................................... 9 Fill Placement and Compaction Requirements ...............................................10 Utility Trench Backfill ...............................................................................11 Earthwork Construction Considerations .......................................................11 Construction Observation and Testing .........................................................13 Site Grades and Drainage .........................................................................14 Landscape Considerations .........................................................................15 DeepFoundations .......................................................................................... 15 Straight Drilled Shafts - Axial Capacity ........................................................15 LateralCapacity ......................................................................................16 Soil Induced Uplift Loads ...........................................................................17 Drilled Shafts Construction Considerations ...................................................17 Grade Beams, Pier Caps, and Wall Panels ....................................................19 FootingFoundations ...................................................................................... 19 Design Parameters - Compressive Loads .....................................................19 Footing Foundation Construction Considerations ...........................................20 FloorSystems ............................................................................................... 21 Structurally Suspended Floor System .......................................................... 21 Floor Slab and Flatwork on Modified Subgrade ..............................................21 Floor Slab Design Parameters ....................................................................22 Floor Slab Construction Considerations ........................................................22 Under-Floor Plumbing .................................................................................... 23 LateralEarth Pressures ................................................................................. 23 DesignParameters ...................................................................................23 Wall Drainage Considerations ....................................................................25 Wall Backfill Settlement ............................................................................ 25 Pavements.................................................................................................... 26 Parking and Drive Lane Pavement Subgrades ...............................................26 PavementSections ...................................................................................27 Facilities � Environmental � Geotechnical � Materials Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 PavementDrainage ..................................................................................28 Pavement Maintenance ............................................................................. 28 Pavement Design Considerations ................................................................28 GeneralComments ........................................................................................ 29 Figures GeoModel Attachments Exploration and Testing Procedures Site Location and Exploration Plans Exploration and Laboratory Results Supporting Information Note: This report was originally delivered in a web-based format. Blue Bold text in the report indicates a referenced section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the ■I�rT'dCOn logo will bring you back to this page. For more interactive features, please view your project online at client.terracon.com. Refer to each individual Attachment for a listing of contents. Facilities � Environmental � Geotechnical � Materials ii Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Report Summary Topic 1 Overview Statement z � ferracon A two-story oncology building and a five-level parking garage Project Description are planned at the project site. Geotechnical Characterization Based on the boring information approximately 4 to 9 inches of portland cement concrete pavement was present at the borings. Existing fill materials were present in the borings B-5 and B-9 to the termination of the boring at about 6 to 10 feet. The subsurface profile of the project site consists of overburden clay soils underlain by tan/dark gray/gray limestone and shale to the depth of boring termination. Groundwater was not encountered in the borings during dry auger drilling. At boring B-5, perched water was observed at depth of about 6 feet. Also, hydrocarbon odors were present in boring B-5. The proposed radiation oncology building and parking structure Deep Foundations can be supported on straight sided drilled shafts bearing in the dark gray and gray shale/limestone (GeoModel layer 5). Shallow Foundations Floor Systems Lateral Earth Pressures Shallow foundations can be used to support site retaining walls and truck dock walls that can tolerate vertical movements. ■ A structurally suspended floor system in conjunction with a deep foundation system is recommended if floor slab movements on the order of 1 inch cannot be tolerated. ■ A grade supported floor placed on a modified subgrade that has been prepared to reduce soil movements is recommended if movements of about 1 inch can be tolerated. Earth pressures for site retaining walls, truck dock walls, and elevator pit walls are provided in the Lateral Earth Pressures section. Portland cement concrete pavements placed on a compacted Pavements natural or lime treated subgrade can be used for parking, driveway, and dumpster areas. General Comments This section contains important information about the limitations of this geotechnical engineering report. Facilities � Environmental � Geotechnical � Materials Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Topic 1 Overview Statement z 1. If the reader is reviewing this report as a pdf, the topics provided in the table can be used to access the appropriate section of the report by simply clicking on the topic itself. 2. This summary is for convenience only. It should be used in conjunction with the entire report for design purposes. Facilities � Environmental � Geotechnical � Materials ii Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Introduction This report presents the results of our subsurface exploration and Geotechnical Engineering services performed for the proposed project. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: ■ Subsurface conditions ■ Groundwater conditions ■ Seismic site classification ■ Demolition considerations ■ Site preparation and earthwork ■ Foundation design and construction ■ Floor slab design and construction ■ Lateral earth pressure ■ Pavement design and construction The geotechnical engineering Scope of Services for this project included the advancement of borings, laboratory testing, engineering analysis, and preparation of this report. Drawings showing the site and boring locations are shown on the Site Location and Exploration Plan, respectively. The results of the laboratory testing performed on soil samples obtained from the site during our field exploration are included on the boring logs in the Exploration and Laboratory Results section. Project Description Our initial understanding of the project was provided in our proposal and was discussed during project planning and our final understanding of the project conditions is as follows: Item Description A two-story radiation oncology building, and a five-level parking Project garage are planned at the project stie. We understand that S. Description Jennings Avenue and existing buildings west of S. Jennings Avenue will be removed for the planned development. Facilities � Environmental � Geotechnical � Materials Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Item Description The buildings will be steel or concrete framed structures Building supported on deep foundations (drilled shafts). Interior floors Construction Will be either grade supported floor slabs or structurally suspended. Thickened slabs/mat foundations are anticipated for equipment. Finished Floor Elevation Maximum Loads Slopes Below-Grade Structures Anticipated to match the existing building finished floor elevation. Two-story building: 400 kips Five-level parking garage: 1250 kips Final slopes are planned with an inclination of 4H: iV (Horizontal:Vertical) or flatter Elevator pits extending to a depth of about 6 feet below finish grades. Site retaining walls and truck dock walls are expected to be Retaining Walls constructed as part of site development to achieve the final grades. The walls are anticipated to be less than 5 feet in height. Pavements Portland cement concrete driveway and parking areas will be constructed on the site. The anticipated ACI traffic categories (per ACI 330-21) and daily truck traffic will consist of: ■ Category A: Car parking areas and access lanes, 1 truck per day ■ Category B: Entrance and truck service lanes, 10 trucks per day ■ Category E: Garbage or fire truck lanes The pavement design period is 20 years. We should be notified if any of the stated information is inconsistent with the planned construction, especially the grading limits, as modifications to our recommendations may be necessary. Site Conditions The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Facilities � Environmental � Geotechnical � Materials 2 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Item Description The project site is located on the southeast quadrant of W. Parcel Oleander Street and Grainger Street in Fort Worth, Texas. Information Latitude / Longitude (approximate): 32.73121 N/ 97.32941 W See Site Location Existing The site is currently developed with buildings, pavements, and Improvements landscaped areas. Existing S. Jennings Avenue extends north- south through the site. Current Ground Cover Existing Portland cement concrete (PCC), grass and few trees Based on topographical information available from North Central Texas Council of Governments' website (www.dfwmaps.com), the ground surface of the project site appears to be highest in Topography elevation in the southwest corner of the site and slopes downward to the north, northeast, and east with about 4 to 6 feet of elevation change. Geology The site is situated within the Pawpaw Formation, Weno Limestone, and Denton Clay geologic formation. Geotechnical Characterization We have developed a general characterization of the subsurface conditions based upon our review of the subsurface exploration, laboratory data, geologic setting and our understanding of the project. This characterization, termed GeoModel, forms the basis of our geotechnical calculations and evaluation of the site. Conditions observed at each boring are indicated on the individual logs. The individual logs can be found in the Exploration and Laboratory Results and the GeoModel can be found in the Figures attachment. As part of our analyses, we identified the following model layers within the subsurface profile. For a more detailed view of the model layer depths at each boring location, refer to the GeoModel. Model Layer Name Layer 1 Pavement 2 Fill General Description Concrete and Crushed Limestone Base Materials Fat Clay (CH), Sandy Lean Clay (CL), Silty Sand (SM), and Clayey Sand (SC); brown, dark brown and tan Facilities � Environmental � Geotechnical � Materials 3 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Model Layer Name General Description Layer Fat Clay (CH) and Lean Clay (CL); brown, dark brown, 3 Overburden li ht brown oran ish brown tan ra and dark ra Soil 9 , 9 , � 9 Y 9 Y� stiff to hard 4 Weathered Limestone with clay seams and layers, tan Limestone 5 Bedrock Shale, dark gray and gray; Limestone, gray The boreholes were observed while drilling and after completion for the presence and level of groundwater. Groundwater was not encountered in the borings during dry auger drilling. At Boring B-5 perched water was encountered at depth of about 6 feet. A relatively long period may be necessary for a groundwater level to develop and stabilize in a borehole. Long-term observations in piezometers or observation wells sealed from the influence of surface water are often required to define groundwater levels. Long-term groundwater monitoring was outside the scope of services for this project. Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the borings were performed. Groundwater levels during construction or at other times in the life of the structure may be higher or lower than the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. Seismic Site Class The seismic design requirements for buildings and other structures are based on Seismic Design Category. Site Classification is required to determine the Seismic Design Category for a structure. The Site Classification is based on the upper 100 feet of the site profile defined by a weighted average value of either shear wave velocity, standard penetration resistance, or undrained shear strength in accordance with Section 20.4 of ASCE 7-16 and the International Building Code (IBC 2021). Based on the soil/bedrock properties observed at the site and as described on the exploration logs and results, our professional opinion is that a Seismic Site Classification of C be considered for the project. Subsurface explorations at this site were extended to a maximum depth of 75 feet. The site properties below the boring depth to 100 feet were estimated based on our experience and knowledge of geologic conditions of the general area. Additional deeper borings or geophysical testing may be performed to confirm the conditions below the current boring depth. Facilities � Environmental � Geotechnical � Materials 4 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Geotech n ica I Overview Based on the boring information approximately 4 to 9 inches of portland cement concrete pavement was present at the borings. Existing fill materials were present in borings B-5 and B-9 to the termination depths of about 6 to 10 feet. The subsurface profile of the project site consists of overburden clay soils underlain by tan/dark gray/gray shale and limestone to the depth of the borings. Groundwater was not encountered in the borings during dry auger drilling. At boring B-5 perched water was observed at depth of about 6 feet. Boring B-5 was planned to be drilled to a depth of 55 feet but was terminated at a depth of 10 feet due to the presence of groundwater and hydrocarbon odors in the soil. The client should engage an environmental consultant to further evaluate the nature of the hydrocarbon odors and need for additional investigation and remediation efferts. Expansive soils are present on this site. The magnitude of the moisture induced potential vertical movement (PVM) is dependent on several factors including the thickness of active clay soils and moisture levels of the overburden soils at the time of construction. Based on the plasticity index (PI) of the soils and swell tests, the maximum PVM of the site soils is estimated to be on the order of 4 to 5 inches when the soils are in a dry moisture state. The expansive soils present at this site can subject shallow foundations to significant differential movements due to moisture fluctuations in the soils. This report provides recommendations to help mitigate the effects of soil shrinkage and expansion. However, even if these procedures are followed, some movement and cracking in the structure should be anticipated. The severity of cracking and other damage such as uneven floor slabs will increase if excessive wetting or drying of the expansive soils is allowed to occur during or after construction. Straight sided drilled shafts bearing in dark gray and gray shale/limestone (GeoModel Layer 5) are recommended to support the proposed structures. Grade beams and pier caps should be supported by the drilled shaft foundations with a void space between the grade beams and the subsurface clay soils. The Deep Foundation section addresses support of the building foundations. We understand that floor slab movement of 3/a inch or less is required for the radiation oncology building. The floor slab should be structurally supported above the subgrade soils to achieved floor slab movements of less than 3/a inch or less. For the parking garage, we understand floor movement on the order of 1 inch is acceptable. A grade supported floor slab placed on a modified subgrade can be used for the parking garage. The Floor Systems section addresses structurally suspended and grade supported floor slabs. Facilities � Environmental � Geotechnical � Materials 5 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Retaining walls will be constructed as part of site development. In addition, elevator pits will be constructed. Walls that cannot tolerate vertical movements or that are associated with the building should be supported by drilled shafts as discussed in Deep Foundations. A void space should be provided below drilled shaft supported walls, as described in Grade Beams. Walls that can tolerate movements can be supported by spread footings as discussed in Shallow Foundations. Retaining walls should be designed using the parameters provided in the Lateral Earth Pressures section. Portland cement concrete (PCC) pavement sections can be used for the pavement areas. The Pavements section addresses the design of pavement systems. The recommendations contained in this report are based upon the results of field and laboratory testing, engineering analyses, and our current understanding of the proposed project. The General Comments section provides an understanding of the report limitations. Earthwork Earthwork is anticipated to include demolition, clearing and grubbing, excavations, and engineered fill placement. The following sections provide recommendations for use in the preparation of specifications for the work. Demolition The project site is currently occupied with buildings to the west of S. Jenning Avenue that will be demolished, as well as exterior sidewalks, pavements, and utilities. We recommend existing foundations, slabs, and utilities be removed from within the proposed improvement areas. Existing deep foundations should be removed to a depth of at least 2 feet below any new site improvement element. Any utilities to remain in place should be fully grouted. Over excavations required to remove existing site improvements should be backfilled with properly placed and compacted fill as discussed in Fill Placement and Compaction Requirements. Existing Fill As noted in Geotechnical Characterization, borings B-5 and B-9 encountered previously placed fill to depths ranging from about 6 to 10 feet. The possibility of deeper fills at this site and under compacted zones of soil or debris within the fill materials exists. Under compacted zones and debris could lead to unacceptable settlements of building foundations, floor slabs, and pavements. Facilities � Environmental � Geotechnical � Materials 6 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 We recommend removing and replacing all fills within the building pad area and other areas sensitive to movement. Proof rolling, as discussed in Site Preparation, can be considered in lieu of complete removal of the fill outside the building pad and movement sensitive areas, provided the risk of settlement and cracking of pavements and flatwork can be tolerated. Proof rolling is intended to represent a reasonable approach for treatment of fill; however, it will not eliminate the risk of unexpected movements. Excavation and replacement as described in Building Pad Preparation will rework the fills in the building area. The excavated soils, free of debris or rock greater than 4 inches in dimension, can be used to backfill the excavated areas. Site Preparation The site should be stripped and grubbed to remove all pavements, vegetation, root balls, deleterious material, and debris. Over excavation required to remove the root balls should be backfilled with properly placed and compacted fill as discussed in Fill Placement and Compaction Requirements. The exposed subgrade should then be proof rolled prior to placing any fill. In cut areas, proof rolling should be performed after excavating to final grade. The proof rolling should be performed with a fully loaded, tandem-axle dump truck or other equipment providing an equivalent subgrade loading. A minimum gross weight of 20 tons is recommended for the proof rolling equipment. Where practical, the proof rolling should consist of several overlapping passes in mutually perpendicular directions over a given area. Any soft or pumping areas should be modified using one of the methods discussed in this section. Methods of remediating soft areas identified during the proof rolling include scarification and compaction at the proper moisture content, lime/cement treatment, or removal of unstable materials and replacement with granular fill (with or without a geogrid). The appropriate method of improvement, if required, would be dependent on factors such as schedule, weather, the size of the area to be stabilized, and the nature of the instability. More detailed recommendations can be provided during construction as the need for subgrade modification occurs. Performing site grading operations during warm seasons and dry periods would help to reduce the amount of subgrade stabilization required. Grade Supported Floor Slab Pad Preparation The following recommendations are for slab-on-grade construction such as the parking garage area and other flatwork areas sensitive to movement. If the floor system for the radiation oncology building is structurally suspended above the clay soils as discussed in Structurally Suspended Floor System, the following recommendations do not apply. Floor slabs, shallow foundations and flatwork placed on-grade will be subject to movement as a result of moisture induced volume changes in the active clay soils that Facilities � Environmental � Geotechnical � Materials 7 Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 � ferracon can occur following construction. The soils expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The magnitude of the moisture induced potential vertical movement (PVM) is variable and is influenced by the soil properties, overburden pressures, thickness of clay, and soil moisture levels at the time of construction. Based on the soil types and thickness encountered in the borings, the PVM for slabs placed on grade is estimated to be about 4 to 5 inches for dry soil moisture conditions that can exist prior to construction. The PVM is estimated based on Texas Department of Transportation's Test Procedure Tex-124-E, dry soil conditions, and the results of swell tests. Reductions in anticipated movements to about 1 inch can be achieved by using methods developed in this area. Suitable methods for this site consist of moisture conditioning the clay soils and capping them with flexible base. The moisture conditioning can be achieved by excavation and replacement to the depths described in the following table. Material Flexible Base Cap Moisture Conditioned Clays Thickness Below Bottom of Slab 12 inches 9 feet The moisture conditioned subgrade should extend at least 10 feet beyond the building perimeter and include entrances, abutting sidewalks and other flatwork areas sensitive to movement. The flexible base cap must be placed above the moisture-conditioned soils in a short period of time (i.e. within 48 hours) following completion of the moisture conditioning process to prevent the loss of soil moisture. If the surface of the moisture conditioned soil is allowed to desiccate prior to placement of the subsequent lift or cap, the desiccated soils should be reworked and placed in a moisture conditioned state. It should be noted that excessive water from any source, during or after construction, could result in movements greater than the slab was designed to accommodate. For example, should leaks develop in underground water or sewer lines or the grades around the structure allow ponding of water, unacceptable slab movements could develop. Design parameters stated in this report assume the area around the structure will be well drained, landscape beds are not over watered or allow ponding of water, and utility leaks are promptly repaired. Trees should be planted at least one-mature tree height from the building. Root barriers should be installed if trees are planted closer. Excavation and Realacement If movements on the order of 1 inch are acceptable, the subgrade should be moisture conditioned by performing the following steps: Facilities � Environmental � Geotechnical � Materials 8 Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 � ferracon 1. Excavate on-site soils to a depth of 9�/z feet below finished building pad elevation. The excavation should extend laterally at least 10 feet beyond the building perimeter and should extend below any flatwork and pavement that is sensitive to movement. Note that tan limestone seams and layers could be encountered during the moisture conditioning process. We recommend the limestone seams be excavated to allow the moisture conditioning to extend to the required depth. 2. Scarify any clay soils at the bottom of the excavation to a depth of 6 inches, adjust the soil moisture content and compact soil to meet the requirements for moisture conditioned soil as described in Fill Placement and Compaction Requirements. 3. Backfill the excavated area with the moisture conditioned soils up to 12 inches below finished building pad elevation as recommended in Compaction Requirements. The excavated soils or imported fill, except for deleterious materials or rock greater than 4 inches, can be placed as moisture conditioned soils in accordance with Fill Placement and Compaction Requirements for moisture conditioned clays. 4. Place 12 inches of flexible base material over the moisture conditioned subgrade as recommended in the previous table to establish finish building pad elevation. The flexible base material should be compacted as recommended in Fill Placement and Compaction Requirements. The flexible base should not extend beyond the perimeter of the structure. Care should be taken that a lift of moisture conditioned soils is not allowed to desiccate prior to placing a subsequent lift. If the surface of the moisture conditioned soil is allowed to desiccate prior to placement of the cap, the desiccated soils should be reworked and placed in a moisture conditioned state as recommended in this report. Positive drainage must be provided away from the structure to prevent the ponding of water in the fill, during and following construction. Fill Material Types Fill materials should meet the following requirements. Material Type Description Appropriate Use Free of vegetation, organic material, On-Site Soils debris, and rocks greater than 4 inches in maximum dimension. Clay soil free of hazardous chemicals, vegetation, organic material, debris, Imported Fill and rocks greater than 4 inches in maximum dimension, with a liquid limit (LL) of 65 or less ■ General site grading ■ Pavement subgrade ■ Utility trench backfill ■ Moisture conditioned soils ■ Retaining and below grade wall backfill Facilities � Environmental � Geotechnical � Materials 9 Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Material Type Description TxDOT Item 247, Type A or D, Grade Flexible Base 1-2. Recycled concrete meeting this gradation is acceptable. Granular Wall Backfill Non-plastic material with less than 3% passing no. 200 sieve and less than 30% passing #40 sieve. Maximum aggregate size of 2 inches. Fill Placement and Compaction Requirements � ferracon Appropriate Use ■ Cap above moisture conditioned clay ■ Retaining and below grade wall backfill We recommend that all fill be observed and tested for moisture content and compaction during placement. Should the results of the in-place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test must be reworked and retested as required until the specified moisture and compaction requirements are achieved. Recommendations for compaction are presented in the following table. Fills should be placed at a maximum loose lift thickness of 6 and 9 inches for hand-operated and heavy compaction equipment, respectively. Item On-site soils or imported fills placed outside the moisture conditioned zone Compaction 1 A minimum of 95% maximum standard Proctor dry density (ASTM D698) Moisture Content 1 At or above optimum moisture content Moisture conditioned soil In the range of 93% to In the range of +4 to and backfill against the 98% maximum standard face of grade beams and Proctor dry density (ASTM +8 percentage points of tilt-wall panels D698) optimum moisture content 2 Flexible base Granular wall backfill A minimum of 95% maximum standard Proctor dry density (ASTM D698) At a minimum of 60% of relative density (ASTM D4253) In the range of -2 to +2 percentage points of optimum moisture content At a moisture content that facilitates compaction Facilities � Environmental � Geotechnical � Materials 10 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Item Compaction 1 Moisture Content 1 1. The compaction criteria in the fire lanes and public roadways must meet the requirements of the local governing authority. 2. Swell tests must be performed on the moisture conditioned soils to evaluate the compaction moisture content that results in 1 percent or less swell. The testing program is described in Construction Observation and Testing. Utility Trench Backfill Utility trenches are a common source of water infiltration and migration. All utility trenches that penetrate beneath the structure should be backfilled to restrict water intrusion and flow through the trenches that could migrate below the structure. We recommend constructing a clay or flowable fill "trench plug" that extends at least 2 feet out from the exterior perimeter of the building. The clay fill/flowable fill should be placed to surround the entire utility line and it should fill the utility trench in width and height, except for topsoil at the surface. If a clay plug is used, it should consist of clay soil with a minimum plasticity index (PI) of 30 and should be compacted in accordance with the applicable recommendations as described in Fill Placement and Compaction Requirements. If flowable fill is used, it should meet the requirement of TxDOT Item 401, excavatable or non-excavatable characteristics. Utility lines will be placed in backfilled trenches surrounded by expansive clays capable of moving several inches cyclically throughout the year. This level of movement can lead to bending, cracking, or separation of utility lines and connections. Care should be taken that utility trenches are not left open for extended periods, and they are properly backfilled. Flexible joints and connections should be designed by the MEP to accommodate differential movements along the utility lines, particularly in areas where ground supported utilities and structurally supported utilities converge. Where utilities penetrate grade beams, wall panels, and below-grade walls, an opening should be provided in the grade beams, wall panels, and below-grade walls and the utility line should be centered in the opening. A clear spacing equivalent to the potential vertical movement (PVM) of the on-site soil should be provided between the outside surface of the utility line and the grade beam, wall panel, and below-grade wall. If moisture conditioning is performed as discussed in Grade Supported Floor Slab Pad Preparation, the PVM will be 1 inch. Earthwork Construction Considerations Shallow excavations for the proposed structure are anticipated to be accomplished with conventional construction equipment. In some areas, limestone was shallow. The limestone is hard and may be difficult to excavate. Excavations extending into the Facilities � Environmental � Geotechnical � Materials 11 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 limestone may require breaker hoes, trenchers, and milling machines equipped with rock teeth. Line drilling can be used to control over break at the limits of the excavation. The limestone may be very difficult to process down for use as suitable fill in the building and paving areas and may have to be placed in landscape areas (i.e. outside building and pavement areas) or wasted. The on-site clay soils exposed during construction are anticipated to be relatively stiff and therefore should be able to support lightly loaded construction equipment when dry. However, stability of the subgrade will be affected by rainfall and repetitive construction traffic. If unstable conditions develop, workability of the soils may be improved by scarifying and drying. The earthwork contractor selected for moisture conditioning (by mechanically mixing of soil and water) should have experience with the process. Disks, plows or other equipment capable of mixing and achieving a uniform moisture content throughout each lift should be used. Proper equipment capable of achieving a uniform moisture content within the moisture conditioned fill is essential. Dry or extremely wet zones within the moisture conditioned fill can result in excess swelling if the fill is dry or settlement if the fill is too wet. Either of these conditions can be detrimental to the long-term performance of the building subgrade. Upon completion of filling and grading, care should be taken to maintain the subgrade water content prior to construction of grade-supported improvements such as floor slabs and pavements. Construction traffic over the completed subgrades should be avoided. The site should also be graded to prevent ponding of surface water on the prepared subgrades or in excavations. Water collecting over or adjacent to construction areas should be removed. If the subgrade freezes, desiccates, saturates, or is disturbed, the affected material should be removed, or the materials should be scarified, moisture conditioned, and recompacted prior to floor slab construction. As a minimum, excavations should be performed in accordance with OSHA 29 CFR, Part 1926, Subpart P, ��Excavations" and its appendices, and in accordance with any applicable local and/or state regulations. Construction site safety is the sole responsibility of the contractor who controls the means, methods, and sequencing of construction operations. Under no circumstances shall the information provided herein be interpreted to mean Terracon is assuming responsibility for construction site safety or the contractor's activities; such responsibility shall neither be implied nor inferred. Excavations or other activities resulting in ground disturbance have the potential to affect adjoining properties and structures. Our scope of services does not include review of available final grading information or consider potential temporary grading performed by the contractor for potential effects such as ground movement beyond the project limits. A preconstruction/precondition survey should be conducted to document nearby Facilities � Environmental � Geotechnical � Materials 12 Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 � ferracon property/infrastructure prior to any site development activity. Excavation or ground disturbance activities adjacent or near property lines should be monitored or instrumented for potential ground movements that could negatively affect adjoining property and/or structures. Construction Observation and Testing The earthwork efforts should be monitored under the direction of the Geotechnical Engineer. Monitoring should include documentation of adequate removal of any existing fill, vegetation, any debris/ deleterious materials, trees, tree roots, and topsoil, proof- rolling and mitigation of areas delineated by the proof-roll to require mitigation. Each lift of compacted fill should be tested, evaluated, and reworked as necessary until approved by the Geotechnical Engineer prior to placement of additional lifts as outlined in Fill Placement and Compaction Requirements and as recommended in the following table. Material Type Building pad areas Pavement areas Trench backfill Frequency of In-Place Moisture and Density Tests At least 1 test per 2,500 sf of area per compacted lift with a minimum of 3 tests per lift At least 1 test per 5000 sf of area per compacted lift with a minimum of 3 tests per lift At least 1 test for every 100 linear feet per lift of compacted trench backfill Daily reports documenting activities, test results and list on non-conforming tests should be provided to the team. The imported fill and flexible base should be sampled and tested on a regular basis to confirm that it does meet the properties recommended in this report. The following requirements must be met where moisture conditioning is used: ■ The soil samples used to determine the soil moisture-density relationship (i.e Proctor testing) of moisture conditioned materials with a plasticity index (PI) of 30 or higher should be allowed to cure for a minimum period of 48 hours following the addition of water and prior to compaction. ■ Prior to the start of the moisture conditioning operations, laboratory swell testing is required on laboratory compaction sample points (i.e. Proctor points) to evaluate the target field moisture contents that result in 1 percent swell or less. Swell tests should be performed on the laboratory compaction sample points (i.e. Proctor points) that are prepared at molding water contents greater than optimum moisture. The swell tests must be performed with a surcharge pressure Facilities � Environmental � Geotechnical � Materials 13 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 of 250 psf. The water content that results in 1 percent or less swell should be considered the minimum field target moisture content to be used during moisture conditioning. ■ Swell tests must be performed on the moisture conditioned soils during earthwork operations to verify that the target moisture content for the moisture conditioned soil results in 1 percent or less swell at the estimated overburden pressures at completion of grading. Samples of the moisture conditioned fill should be periodically obtained as the fill is being placed, and swell test performed with the applicable overburden pressure applied. Should the swell exceed 1 percent, the specified moisture content of the moisture conditioned soils should be adjusted to achieve 1 percent or less swell. In areas of foundation excavations, the bearing subgrade should be evaluated by the Geotechnical Engineer. If unanticipated conditions are observed, the Geotechnical Engineer should prescribe mitigation options. In addition to the documentation of the essential parameters necessary for construction, the continuation of the Geotechnical Engineer into the construction phase of the project provides the continuity to maintain the Geotechnical Engineer's evaluation of subsurface conditions, including assessing variations and associated design changes. Site Grades and Drainage Positive drainage away from the building must be provided during the construction and maintained through the life of the building. Infiltration of water into excavations should be prevented during construction. It is important that subgrade soil is not allowed to become excessively wet or dry. Exposed (unpaved) ground should be sloped away from the building for at least 10 feet beyond the perimeter of the building. Roof runoff and surface drainage should be collected and discharged away from the building to prevent wetting of the subgrade soil. Roof gutters should be installed and connected to downspouts and pipes directing the roof runoff at least 10 feet away from the building or discharged on to positively sloped flatwork such as the aprons. Ideally, roof drains should discharge by closed pipe into the storm drainage system. Locally, flatter grades may be necessary to transition ADA access requirements for flatwork. After building construction and landscaping, final grades should be verified to document effective drainage has been achieved. Grades around the structures should also be periodically inspected and adjusted as necessary as part of the structure's maintenance program. Where paving or flatwork abuts the structures, a maintenance program should be established to effectively seal and maintain joints and prevent surface water infiltration. Water permitted to pond next to the structures can result in greater soil movements than those discussed in this report. Estimated movements described in this report are based on effective drainage for the life of the structures and cannot be relied upon if effective drainage is not maintained. Facilities � Environmental � Geotechnical � Materials 14 Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Landscape Considerations � ferracon Sprinkler mains and spray heads should be located at least 5 feet away from the building such that they cannot become a potential point source of water directly adjacent to the building. Watering of vegetation should be performed in a timely and controlled manner and prolonged watering or prolonged non-watering periods should be avoided. Special care should be taken such that underground utilities do not develop leaks with time. The owner and landscape designer should be made aware that placing large bushes and trees adjacent to the building may cause significant moisture variations in the soil underlying the building that could cause distress. A general guideline would be to locate trees no closer than a distance equal to the mature tree height for that tree species. Planters located adjacent to the building should preferably be self-contained, or at least designed to drain away from the building. Deep Foundations Straight Drilled Shafts - Axial Capacity Straight drilled shaft foundations can be used to support the loads of the planned structures. They should be designed in accordance with the recommendations provided in the following table. Design Parameter Bearing Stratum GeoModel Layer No. Depth to Bearing Stratum Below Existing Site Grades Estimated Elevation of Top of Bearing Stratum Maximum Net Allowable End Bearing Capacity 1 Allowable Skin Friction — Compression 1 Recommendations Dark gray and gray shale/limestone 5 11 to 18 feet 634 to 646 feet Penetration into the Bearing Stratum 0-2 feet 2-25 feet 25-50 feet neglect 13,000 50,000 psf Penetration into the Bearing Stratum 0-25 feet Greater than 25 feet 1,300 Allowable Skin Friction — Tension 1 5,500 Penetration into the Bearing Stratum 0-25 feet Greater than 25 feet 1,000 psf 4,400 psf Facilities � Environmental � Geotechnical � Materials 15 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Design Parameter Recommendations Minimum Penetration to Below the surface of the shale or below any Develop Skin Friction temporary casing set in the shale, whichever is deeper. Minimum Center-To-Center Spacing to Develop Full Skin Friction 2.5 times the diameter of the larger shaft. Closer spacing may require some reductions in skin friction and/or changes in installation sequences. Closely spaced shafts should be examined on a case-by-case basis. As a general guide, the design skin friction will vary linearly from the full value at a spacing of 2.5 diameters to 50 percent of the design value at 1.0 diameter. Should be evaluated on a case-by-case basis by Groups of 3 or More Shafts this office. Alternative installation sequences Spaced Closer Than 2.5 Shaft may be needed to allow for a minimum of Diameters 48 hours concrete curing time, before installation of adjacent shafts. Total Settlement z Differential Settlement 2 Less than �/z inch 50 to 75 percent of the total settlement 1. The allowable end bearing and skin friction (both compression and tension) values are based on a safety factor of 3. 2. The foundation settlement will depend upon the variations within the subsurface profile, the structural loading conditions, and the embedment depth. Lateral Capacity The following table lists input values for use in LPILE analyses. Modern versions of LPILE provide estimated default values of kn and sso based on strength and are recommended for the project. Since deflection or a service limit criterion will most likely control lateral capacity design, no safety/resistance factor is included with the parameters. Design Parameter LPILE Material Type Shale / Limestone Moisture Undisturbed 25 to Conditioned 0 to 25 feet Clay Soils Soils penetration 50 feet Penetration Soft Clay Stiff clay w/o Weak Rock Weak Rock free water (Reese) (Reese) Facilities � Environmental � Geotechnical � Materials 16 Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 � ferracon Shale / Limestone Design Moisture Undisturbed 25 to Conditioned 0 to 25 feet Parameter Soils 50 feet Clay Soils Penetration Penetration Effective Unit Weight (pcf) Undrained cohesion, c (psf) Initial Modulus of Rock Mass, Er (psi) Uniaxial Compressive Strength (ps�) Rock Quality Designation, RQD (%) Krm 120 �Yi7 N/A N/A N/A N/A 125 1,500 N/A N/A N/A N/A 135 N/A 11,000 110 95 0.0005 135 Soil Induced Uplift Loads N/A 42,000 420 95 � ���� Drilled shafts will be subject to uplift as a result of heave in the overlying clay soils. The magnitude of these loads varies with the shaft diameter, soil parameters, and the in-situ moisture levels at the time of construction. The shafts must contain sufficient continuous vertical reinforcing to resist the net tensile load (soil induced uplift minus structural dead load). The drilled shaft must have enough embedment depth into the bedrock to resist the net tensile load. For the conditions encountered at this site, the uplift load can be approximated by assuming a uniform uplift of 1,800 psf over the shaft perimeter for a depth of 10 feet. If the building pad is moisture conditioned as discussed in Grade Supported Pad Preparation, a uniform uplift of 500 psf can be used in the moisture conditioned zone. Drilled Shafts Construction Considerations The construction of all drilled shafts should be observed by experienced geotechnical personnel during construction to confirm: 1) the bearing stratum; 2) the minimum Facilities � Environmental � Geotechnical � Materials 17 Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 �i �erracon bearing depth; 3) that groundwater seepage, if encountered, is correctly handled; and 4) that the shafts are within acceptable vertical tolerance. Recommendations for drilled shaft construction are presented in the following table. Item Drilled shaft installation specification Top of shaft completion Time to complete Installation methods Recommendation Current version of American Concrete Institute's ��Standard Specification for the Construction of Drilled Piers" ACI 336. Enlarged (mushroom-shaped) top in contact with the clays should not be allowed. Drilled shaft construction should be completed within 8 hours in a continuous manner to reduce side wall and base deterioration. Shaft excavations should be installed using dry methods within the bearing material. The concrete should be placed in a manner to avoid striking the reinforcing steel during placement. Care should be taken to not disturb the sides and bottom of the excavation during construction. The bottom of the shaft excavation should be free of loose material and less than 3 inches of water before concrete placement. Concrete should be placed as soon as possible after the foundation excavation is completed, to reduce potential disturbance of the bearing surface. Perched groundwater was observed in one of the borings. Groundwater could be present during or following wet periods of the year. If ground water is encountered, rapid placement of steel and concrete may permit shaft installation to proceed; however, seepage rates could be sufficient to require the use of Groundwater temporary casing or underwater placement. The casing should control be seated in the limestone/shale with all water and most of the loose material removed prior to beginning the design penetration. While withdrawing casing, care should be exercised to maintain concrete inside the casing at a sufficient level to resist earth and hydrostatic pressures acting on the casing exterior. Special The limestone is hard and may be difficult to penetrate. A Conditions contractor experienced with drilling in hard rock in a similar geologic setting should be retained for this project. The drilled shaft installation process should be performed under the observation of the Geotechnical Engineer. The Geotechnical Engineer should document the shaft installation Facilities � Environmental � Geotechnical � Materials 18 Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 � ferracon process including soil/rock and groundwater conditions observed, consistency with expected conditions, and details of the installed shaft. Grade Beams, Pier Caps, and Wall Panels All grade beams should be supported by drilled shafts. A minimum void space of 10 inches is recommended between the bottom of grade beams, pier cap extensions, and walls panels and the subgrade soil. The void space may be reduced to 4 inches where it is founded within the moisture conditioned soil. This void will serve to reduce distress resulting from swell pressures generated by the clay soils. Structural cardboard forms are one acceptable means of providing the void space beneath cast-in-place elements. Soil retainers should be used to prevent infilling of the void. The grade beams should be formed rather than cast against earth trenches. Backfill against the exterior face of grade beams, wall panels and pier caps should be on site materials placed and compacted as described in Fill Placement and Compaction Requirements. Footing Foundations Footing foundations can be used to support retaining walls that can tolerate vertical movements. They should be designed in accordance with the recommendations provided in the following table. Design Parameters - Compressive Loads Item Bearing Stratum ' Maximum Net Allowable Bearing Pressure 2 Minimum Foundation Dimensions Minimum Embedment Below Finished Grade Ultimate Passive Resistance 3 Ultimate Sliding Resistance Estimated Vertical Movement Due to Active Clay Soil Description Undisturbed native soils or properly compacted fill soils 2,000 psf 18 inches 24 inches 215 psf/ft for sustained lateral load 0.33 About 2 to 4 inches Facilities � Environmental � Geotechnical � Materials 19 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Item Description 1. Unsuitable or soft soils should be over excavated and replaced per the recommendations presented in Earthwork. 2. The maximum net allowable bearing pressure is the pressure in excess of the minimum surrounding overburden pressure at the footing base elevation. Values assume that exterior grades are no steeper than 20% within 10 feet of structure. 3. Use of passive earth pressures require the sides of the excavation for the spread footing foundation to be nearly vertical and the concrete placed neat against these vertical faces or that the footing forms be removed and compacted structural fill be placed against the vertical footing face. Assumes no hydrostatic pressure. Footing Foundation Construction Considerations As noted in Earthwork, the footing excavations should be evaluated under the observation of the Geotechnical Engineer. The base of all foundation excavations should be free of water and loose soil, prior to placing concrete. Concrete should be placed soon after excavating to reduce bearing soil disturbance. Care should be taken to prevent wetting or drying of the bearing materials during construction. Excessively wet or dry material or any loose/disturbed material in the bottom of the footing excavations should be removed/reconditioned before foundation concrete is placed. If unsuitable bearing soils are observed at the base of the planned footing excavation, the excavation should be extended deeper to suitable soils, and the footings could bear directly on these soils at the lower level or on lean concrete backfill placed in the excavations. The lean concrete replacement zone is illustrated on the following sketch. oesic:N w- CODTING L�VCL LEAN CONCRETE REGOMMEN�E� B EkCAv0.TION LEVC� LEAN CONCRETE BRCKFILL NOTE: E7(CAVATIONS ARE SHONM VERTICAL; HONIEVER, THE SI�EWALLS SHOIJL� BE SLOPED AS NECESSARY FOR SAFflTY Facilities � Environmental � Geotechnical � Materials 20 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Floor Systems Lightly loaded floor slabs and flatwork placed on-grade will be subject to movement as a result of moisture induced volume changes in the active soils that can occur following construction. The soils expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement typically occurs as post construction heave. A structurally suspended system in conjunction with a drilled shaft foundation system is recommended if floor movements must be limited to 3/a inch or less such as the radiation oncology building. If floor movements of about 1 inch are acceptable as in the parking garage, the floor slab can be supported on a modified subgrade that has been prepared to reduce soil movements according to the Grade Supported Floor Slab Pad Preparation section. Movements of even �/z inch can result in uneven floors, sticking doors, and cracking of floor slabs and wall partitions. If the risk of these movements is unacceptable, the floor slab should be structurally supported above the active clays. Flatwork adjacent to the building should also be supported on modified subgrade if movements on the order of the site PVM cannot be tolerated. Structurally Suspended Floor System A minimum void space of 10 inches is recommended below a structurally suspended floor system. The minimum void space can be provided by use of cardboard carton forms, or a deeper crawl space. A ventilated and drained crawl space is preferred under the structures for several reasons, including the following: ■ Ground movements will affect the project utilities, which can cause breaks in the lines and distress to interior fixtures. ■ A crawl space permits utilities to be hung from the superstructure with a clear space provided between the utility and subgrade greater than or equal to the void space, which greatly reduces the possibility of distress due to ground movements. It also can provide ready access in the event repairs are necessary. ■ Ground movements could be uneven. A crawl space can be positively drained preventing the ponding of water and reducing the possibility of distress due to unexpected ground movements. Floor Slab and Flatwork on Modified Subgrade Slab-on-grade construction should only be considered if slab movements on the order of 1 inch are considered acceptable. If floor movements of about 1 inch are acceptable, the parking garage floor slab can be supported on a modified subgrade that has been Facilities � Environmental � Geotechnical � Materials 21 Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 � ferracon prepared to reduce soil movements according to the Grade Supported Floor Slab Pad Preparation section. The use of a vapor retarder should be considered beneath concrete slabs on grade covered with wood, tile, carpet, or other moisture sensitive or impervious coverings, when the project includes humidity-controlled areas, or when the slab will support equipment sensitive to moisture. When conditions warrant the use of a vapor retarder, the slab designer should refer to ACI 302 and/or ACI 360 for procedures and cautions regarding the use and placement of a vapor retarder. Saw-cut contraction joints should be placed in the slab to help control the location and extent of cracking. For additional recommendations, refer to the ACI Design Manual. Joints or cracks should be sealed with a waterproof, non-extruding compressible compound specifically recommended for heavy duty concrete pavement and wet environments. It should be noted that excessive water from any source, during or after construction, could result in movements greater than two inches. For example, should leaks develop in underground water or sewer lines or the grades around the structure allow ponding of water, unacceptable slab movements could develop. The area around the structure must be well drained, landscape beds must not be over watered or allow ponding of water, and utility leaks are promptly repaired. Trees should be planted at least one-mature tree height from the building. Root barriers should be installed if trees are planted closer. Floor Slab Design Parameters Item Description Floor Slab Parking garage pad prepared with moisture conditioned soils Supportl and a 1-foot cap of flexible base material as discussed in Grade Supported Pad Preparation. Estimated Modulus of Subgrade 100 pounds per square inch per inch (psi/in) for point loads Reaction z 1. Modulus of subgrade reaction is an estimated value based upon our experience with the subgrade condition, the requirements noted in Earthwork, and the floor slab support as noted in this table. It is provided for point loads. For large area loads the modulus of subgrade reaction would be lower. Floor Slab Construction Considerations Finished subgrade, within and for at least 10 feet beyond the floor slab, should be protected from traffic, rutting, or other disturbance and maintained in a relatively moist Facilities � Environmental � Geotechnical � Materials 22 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 condition until floor slabs are constructed. If the subgrade should become damaged or desiccated prior to construction of floor slabs, the affected material should be removed, and structural fill should be added to replace the resulting excavation. Final conditioning of the finished subgrade should be performed immediately prior to placement of the floor slab support course. The Geotechnical Engineer should observe the condition of the floor slab subgrades immediately prior to placement of the floor slab support course, reinforcing steel, and concrete. Attention should be paid to high traffic areas that were rutted and disturbed earlier, and to areas where backfilled trenches are located. Under-Floor Plumbing The under-floor plumbing used in conjunction with a suspended floor system should be suspended so that plumbing, hangers, and supports are isolated from the soil by a void space. The void space should be a minimum of 10 inches vertically clear above the subgrade and a minimum of 12 inches horizontally clear between the subgrade and any plumbing, hangers, or supports. To protect and maintain the void space, the soil should be sloped or benched on a minimum of 1H:1V, or structurally retained. The plumbing, hangers, and supports below the floor or below the framing should not be allowed to be in contact with soil. At each location where a plumbing line transitions to a buried condition beyond the perimeter of the foundation, an adequately flexible expansion joint should be provided in the plumbing system to accommodate the effects of expansive soil swelling and shrinking. The flexible expansion joint should also be isolated from soil and accessible for maintenance. These recommendations for isolation of plumbing do not apply to the portions of a plumbing system that provide drainage of an under-floor space. Proprietary or patented systems are available on the market which are intended to isolate plumbing from expansive soil subgrades. Lateral Earth Pressures Design Parameters Structures with unbalanced backfill levels on opposite sides should be designed for earth pressures at least equal to values indicated in the following table. Earth pressures will be influenced by structural design of the walls, conditions of wall restraint, methods of construction, and/or compaction and the strength of the materials being restrained. Two wall restraint conditions are shown in the following diagram. Active earth pressure is Facilities � Environmental � Geotechnical � Materials 23 Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 � ferracon commonly used for design of free-standing cantilever retaining walls and assumes wall movement. The ��at-rest" condition assumes no wall movement and is commonly used for elevator pit walls or other walls restrained at the top. The recommended design lateral earth pressures do not include a factor of safety and do not provide for possible hydrostatic pressure on the walls (unless stated). For active pressure rr3avemem 5= Surcharge --� (0.002 H to O.a04 H) � �For ai-rest pressure No Ma�ement Assumed Horizontal Finished Grade H Horizontal Finished Grade L1— �p2��p,�l Retaining Wall Lateral Earth Pressure Design Parameters Earth Surcharge Equivalent Fluid Pressures Pressure Coefficient for pressure 3 (psf) z,4 Condition 1 Backfill Type 2 � s s p� psf) Unsaturated Submerged Active (Ka) At-Rest (Ko) 1 2 3 4 5 Granular Fill - 0.31 On Site Soils - 0.41 Granular Fill - 0.47 On Site Soil - 0.58 (0.31)S (0.41)S (0.47)S (0.58)S (40)H (80)H (50)H (85)H (55)H (90)H (70)H (95)H For active earth pressure, wall must rotate about base, with top lateral movements 0.002 H to 0.004 H, where H is wall height. For passive earth pressure, wall must move horizontally to mobilize resistance. Uniform, horizontal backfill, with a maximum unit weight of 130 pcf for cohesive soils and 125 pcf for granular soils. Uniform surcharge, where S is surcharge pressure. Loading from heavy compaction equipment is not included. To achieve ��Unsaturated" conditions, follow guidelines in Wall Drainage Considerations. ��Submerged" conditions are recommended when drainage behind walls is not incorporated into the design. Backfill placed against structures should consist of granular soils or low plasticity cohesive soils. For the granular values to be valid, the granular backfill must extend out and up from the base of the wall at an angle of at least 45 degrees from vertical for the active case. Facilities � Environmental � Geotechnical � Materials 24 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Footings, floor slabs or other loads bearing on backfill behind walls may have a significant influence on the lateral earth pressure. Placing footings within wall backfill and in the zone of active soil influence on the wall should be avoided unless structural analyses indicate the wall can safely withstand the increased pressure. The lateral earth pressure recommendations given in this section are applicable to the design of rigid retaining walls subject to slight rotation, such as cantilever, or gravity type concrete walls. These recommendations are not applicable to the design of modular block - geogrid reinforced backfill walls (also termed MSE walls). Recommendations covering these types of wall systems are beyond the scope of services for this assignment. However, we would be pleased to develop a proposal for evaluation and design of such wall systems upon request. Wall Drainage Considerations The "unsaturated" earth pressures presented in the previous table were developed based on the assumption that the walls are drained. Drainage must be provided behind the walls to prevent the development of hydrostatic pressures. A vertical drain is recommended behind the walls. This drain may consist of a manufactured drainage panel or an aggregate drain. The aggregate drain should meet the graduation requirements presented in Fill Material Types for granular backfill. The granular fill should extend to within 2 feet of final grade, where it should be capped with compacted cohesive fill to reduce infiltration of surface water into the drain system. A filter fabric must be placed between the aggregate fill material and the retained soil. For walls associated with the structure, the vertical drain should be connected to a permanent perimeter drainage system that is located at the base of the wall. Drainage for free standing walls can be provided by using a collector pipe or weep holes near the base of the wall. The perimeter drain should be a perforated or slotted drain with a minimum pipe diameter of 6 inches. The pipe should be surrounded with at least 6 inches of drainage rock. The drainage rock should be wrapped with an effective geotextile for protection against infiltration. Accessible clean-outs should be provided. Wall Backfill Settlement Settlement of the wall backfill should be anticipated. Piping and conduits through the fill should be designed for potential soil loading due to fill settlement. Flatwork, sidewalks and pavements over fills may also settle. Backfill compacted to the density Facilities � Environmental � Geotechnical � Materials 25 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 recommended above is anticipated to settle on the order of one to two percent of the fill thickness. Pavements Parking and Drive Lane Pavement Subgrades Subgrade materials at this site will most likely consist of clay soils. Portland cement concrete pavements can be placed on unmodified, properly compacted subgrade. The pavement subgrades should be proofrolled as discussed in Site Preparation. The exposed pavement subgrade should be scarified to a depth of 6 inches and uniformly compacted to the criteria described in Fill Placement and Compaction Requirements. If lime treatment of the pavement subgrade is required by the city in fire lanes, a minimum of 8 percent hydrated lime (TxDOT Item 260), by dry weight, is estimated for treating the subgrade soil. The lime application rate should be determined by laboratory testing once the pavement subgrade is rough graded. The lime should be thoroughly mixed and blended with the top 6 inches of the subgrade and uniformly compacted to the criteria described in Fill Placement and Compaction Requirements. Lime treatment should extend a minimum of 1 foot beyond the edge of the pavement. Pavement subgrades should be protected and maintained in a moist condition until the pavement is placed. Pavement subgrades should be graded to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement subgrade surface. Site grading is generally accomplished early in the construction phase. However, as construction proceeds, the subgrade may be disturbed due to utility excavations, construction traffic, desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement construction and corrective action will be required. The subgrade should be carefully evaluated at the time of pavement construction for signs of disturbance or excessive rutting. If disturbance has occurred, pavement subgrade areas should be reworked, moisture conditioned, and properly compacted to the recommendations in this report immediately prior to paving. Support characteristics of subgrade for pavement design do not account for shrink/swell movements of an expansive clay subgrade, such as soils encountered on this project. Thus, the pavement may be adequate from a structural standpoint, yet still experience cracking and deformation due to shrink/swell related movement of the subgrade. Facilities � Environmental � Geotechnical � Materials 26 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Pavement Sections Design of portland cement concrete (PCC) pavements are based upon American Concrete Institute (ACI) 330-21 - Commercial Concrete Parking Lots and Site Paving Design and Construction - Guide. Detailed traffic loads and frequencies were not available, however we anticipate that traffic will consist primarily of passenger vehicles in the parking areas and passenger vehicles combined with emergency vehicles, occasional garbage trucks, service trucks, and delivery trucks in driveways. If heavier traffic loading is expected or other traffic information is available, Terracon should be provided with the information and allowed to review the pavement sections provided herein. The anticipated ACI traffic categories (per ACI 330-21) and daily truck traffic will be assumed to consist of: ■ Category A: Car parking areas and access lanes, 1 truck per day ■ Category B: Entrance and truck service lanes, 10 trucks per day ■ Category E: Garbage/dumpster pads or fire truck lanes The pavement design period is 20 years. The following table provides our estimated minimum thickness of PCC pavements. Portland Cement Concrete Design Layer Traffic Category A Thickness (inches) Traffic Category B Traffic Category E z 7 PCC 1 Compacted Subgrade � @ 0 � � 1. The PCC should have a minimum 28-day compressive strength of 3,500 psi and should contain a minimum of 4.5f1.5 percent entrained air. As a minimum, the section should be reinforced with No. 3 bars on 18-inch centers in both directions. Refer to ACI 330 "Guide for Design and Construction of Concrete Parking Lots" for more information concerning joint spacing, joint depth, joint location, etc. 2. Traffic Category E will withstand the axle loading of an 85,000-pound fire truck weight. Facilities � Environmental � Geotechnical � Materials 27 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Pavement Drainage Pavements should be sloped to provide rapid drainage of surface water. Water allowed to pond on or adjacent to the pavements could saturate the subgrade and contribute to premature pavement deterioration. In addition, the pavement subgrade should be graded to provide positive drainage within the granular base section. Appropriate sub- drainage or connection to a suitable daylight outlet should be provided to remove water from the granular subbase. Based on the possibility of shallow and/or perched groundwater, we recommend installing a pavement subdrain system to control groundwater, improve stability, and improve long-term pavement performance. Pavement Maintenance The pavement sections represent minimum recommended thicknesses and, as such, periodic upkeep should be anticipated. Preventive maintenance should be planned and provided for through an on-going pavement management program. Maintenance activities are intended to slow the rate of pavement deterioration and to preserve the pavement investment. Pavement care consists of both localized (e.g., crack and joint sealing and patching) and global maintenance (e.g., surface sealing). Additional engineering consultation is recommended to determine the type and extent of a cost- effective program. Even with periodic maintenance, some movements and related cracking may still occur, and repairs may be required. Pavement Design Considerations Proper joint spacing will be required to prevent excessive slab curling and shrinkage cracking. Joints should be sealed to prevent entry of foreign material and doweled where necessary for load transfer. PCC pavement details for joint spacing, joint reinforcement, and joint sealing should be prepared in accordance with ACI 330 and ACI 325. Where practical, we recommend early-entry cutting of crack-control joints in PCC pavements. Cutting of the concrete in its ��green" state typically reduces the potential for micro-cracking of the pavements prior to the crack control joints being formed, compared to cutting the joints after the concrete has fully set. Micro-cracking of pavements may lead to crack formation in locations other than the sawed joints, and/or reduction of fatigue life of the pavement. Openings in pavements, such as decorative landscaped areas, are sources for water infiltration into surrounding pavement systems. Water can collect in the islands and migrate into the surrounding subgrade soils thereby degrading support of the pavement. Islands with raised concrete curbs and irrigated foliage are particular areas of concern. Facilities � Environmental � Geotechnical � Materials 28 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 The civil design for the pavements with these conditions should include features to restrict or collect and discharge excess water from the islands. Examples of features are edge drains connected to the stormwater collection system, longitudinal subdrains, or other suitable outlets and impermeable barriers preventing lateral migration of water such as a cutoff wall installed to a depth below the pavement structure. Pavement performance is affected by its surroundings. In addition to providing preventive maintenance, the civil engineer should consider the following recommendations in the design and layout of pavements: ■ Final grade adjacent to paved areas should slope to prevent ponding of water. ■ Subgrade and pavement surfaces should be sloped to promote proper surface drainage. ■ Install joint sealant and seal cracks immediately. ■ Seal all landscaped areas in or adjacent to pavements to reduce moisture migration to subgrade soils. ■ Place compacted, low permeability backfill against the exterior side of curb and gutter. ■ Place curb, gutter and/or sidewalk directly on clay subgrade soils rather than on unbound granular base course materials. General Comments Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on-site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our Scope of Services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Our services and any correspondence are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in Facilities � Environmental � Geotechnical � Materials 29 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 accordance with generally accepted geotechnical engineering practices with no third- party beneficiaries intended. Any third-party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly effect excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety and cost estimating including excavation support and dewatering requirements/design are the responsibility of others. Construction and site development have the potential to affect adjacent properties. Such impacts can include damages due to vibration, modification of groundwater/surface water flow during construction, foundation movement due to undermining or subsidence from excavation, as well as noise or air quality concerns. Evaluation of these items on nearby properties are commonly associated with contractor means and methods and are not addressed in this report. The owner and contractor should consider a preconstruction/precondition survey of surrounding development. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. Facilities � Environmental � Geotechnical � Materials 30 Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Figures Contents: GeoModel Facilities � Environmental � Geotechnical � Materials Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Boring Log No. B-1 ition: See Exploration Plan � � � a � ude: 32.7317° Longitude: -97.3306° � � � � � � H— z z Q �� a � � � �� � �� in " 0 h (Ft.) Elevation: 652 (Ft.) +/- 6" CONCRETE ,,� Fi51_S FAT CLAY (CH1, dark brown to brown, very 4.5 (HP) stiff — — 4.0 (HP) 647 FAT CLAY (CH1, light brown and orangish 5 3.5 (HP) brown, very stiff — — 3.5 (HP) — 3.5 (HP) 1� 639 SHALE, gray _ , 4.5+ (HP) 1� 2� 2� 3� 3 5— 4� 609 LIMESTONE, gray 4.'S— See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. , 4.5+ (HP) , 4.5+ (HP) , 4.5+ (HP) \ ioo/6.s�� \ ioo/Z.s�� \ ioo/i.zs�� � 21.5 22.0 19.1 14.8 22.8 8.10 16.9 118 19.0 7.25 17.5 114 15.8 66-23-43 55-19-36 � 100/0.5" I Water Level Observations Groundwater not encountered while drilling Borehole dry at completion of drilling Notes Advancement Method Ground surface elevation estimated from the topographic information available on NCTCOG Dry Auger webpage www.dfwmaps.com Abandonment Method Boring backfilled with Auger Cuttings Surface capped with concrete Fa:,ilities � Ei � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX � � v � � � Atterberg �, o � Limits ao ��`� �y �ca cv� >a o a� '° � �L � � $ oC � E n�i � c p�� LL-PL-PI a" o°'c � u *' u° � � Drill Rig CME 45 Truck Hammer Type Automatic Driller Jose Logged by Nick Boring Started 07-29-2024 Boring Completed 07-29-2024 , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Boring Log No. B-1 � p, LOCdtiOn: See Exploration Plan >` J � � Latitude: 32.7317° Longitude: -97.3306° N L � a o `�° � C7 Depth (Ft.) Elevation: 652 (Ft.) +/- LIMESTONE, gray (continued) 0 Boring Terminated at 70 Feet � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX � � � Atterber � 9 �� Q � o �>� o � Limits y � � � � N+�+ L p C N" L`-' 'C a C� J(6 ~ 7 � N L � �'' � � N N N� fl- � N > �' O fl. � � N L i C v m � � � � °u � c � � � � � '� LL-PL-PI a " � �O cn � �v� u° � 5� , 5 5— , 6� � 65— � ssz ��_� See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes ioo/i„ ioo/o.�s�� ioo�o.�s�� ioo/o.�s�� ioo/o.�s" Water Level Observations Groundwater not encountered while drilling Borehole dry at completion of drilling Advancement Method Dry Auger Abandonment Method Boring backfilled with Auger Cuttings Surface capped with concrete Drill Rig CME 45 Truck Hammer Type Automatic Driller Jose Logged by Nick Boring Started 07-29-2024 Boring Completed 07-29-2024 Fa:,ilities � Ei , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Boring Log No. B-2 � p, LOCdtiOn: See Exploration Plan ^ N � ? J yy � p � � v� � � Latitude: 32.7317° Longitude: -97.3300° � �� � �� � s z z Q �� � a a °'� � �°' F C7 0 �� in �`� 0 Depth (Ft.) Elevation: 652 (Ft.) +/- � " '' ' 5" CONCRETE � Fi51 SR FAT CLAY (CH1, dark brown to brown, very 2.5 (HP) stiff, with calcareous deposits and sand — — 2.25 (HP) �j— 2.5(HP) — 2.5 (HP) 8.0 644 _ LEAN CLAY (CL), shaley, light brown and 3 gray, very stif�to hard, with iron staining and — 3.5 (HP) gravel 1� — , 4.5+ (HP) 1� 18.0 634 _ SHALE, with limestone seams, dark gray to , gray — 4.5+ (HP) 2� — , 4.5+ (HP) 2� ' 4.5+ (HP) 3� 5 3 5— 4� 4'S— � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX � � v � � � Atterberg �, o � Limits ao ��`� �y �ca cv� >a o a� '° � �L � � ° oC � E n�i � c p�� LL-PL-PI a" o°'c � u *' u° � � 30.3 30.6 29.6 16.1 16.1 4.57 23.7 103 15.6 7.91 18.3 113 15.1 80/72 4.98 17.3 117 8.74 17.5 116 100/98 20.94 9.5 131 96/78 74-27-47 44-16-28 See Exploration and Testing Procedures for a description of field and laboratory procedures Water Level Observations Drill Rig used and additional data (If any). Groundwater not encountered while dyr augering CME 45 Truck See Supporting Information for explanation of symbols and abbreviations. Notes Ground surface elevation estimated from the topographic information available on NCTCOG webpage www.dfwmaps.com Su ace cappe wit concrete Fa:,ilities � Ei Hammer Type Automatic Driller Jose Advancement Method Logged by Dry Auger Drilling to 30', then Wash-Rotary Nick Boring Started 07-26-2024 Abandonment Method Boring Completed Bo�ng backfill�ed w„h Auger Cuttings 07-26-2024 , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 �Cation: See Exploration Plan titude: 32.7317° Longitude: -97.3300° Boring Log No. B-2 N � � a L' � p T N a.�+ �"' J (6 ~ ~ 7 z z Q �� a y � � �� � �� in " 0 ^pth (Ft.) Elevation: 652 (Ft.) +/- SHALE, with limestone seams, dark gray to gray (continued) — -lignite at 45.4' _ 6oz 5� 5 5— 6� 65— 7� 577 7 � 0 LIMESTONE, with shale seams, gray 0 Boring Terminated at 75 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX � � v � � � Atterberg �, o � Limits ao ��`� �y �ca cv� >a o a� '° � �L � � ° oC � E n�i � c p�� LL-PL-PI a" o°'c � u *' u° � � 100/94 26.74 9.7 134 125.44 5.6 146 96/64 100/76 71.27 7.3 139 287.58 7.7 140 90/66 106.97 6.1 144 100/100 100/98 37.16 8.4 138 Water Level Observations Drill Rig Groundwater not encountered while dyr augering CME 45 Truck Hammer Type Automatic Driller Jose Advancement Method Logged by Dry Auger Drilling to 30', then Wash-Rotary Nick Boring Started 07-26-2024 Abandonment Method Boring Completed Boring backfilled with Auger Cuttings Surface capped with concrete 07-26-2024 Fa:,ilities � Ei , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Boring Log No. B-3 9tion: See Exploration Plan � � � a � ude: 32J314° Longitude: -97.3306° � � � � � � H— z z Q �� a � � � �� � �� in " 0 th (Ft.) Elevation: 654 (Ft.) +/- 5" CONCRETE , FS33& FAT CLAY �CH1 dark brown to brown, very 1.75 (HP) stiff to hard, with calcareous deposits, gravel — andsand �j— 2.5(HP) 648 LEAN CLAY (CL), shaley, light brown and gray, hard — 4.5 (HP) — 4.5+ (HP) 1� 641 SHALE, with limestone seams, dark gray to , gray — 4.5+ (HP) 1� — , 4.5+ (HP) 2� — , 4.5+ (HP) 2� ' 4.5+ (HP) 3� 3 5— 4� 4'S— � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX � � v � � � Atterberg �, o � Limits ao ��`� �y �ca cv� >a o a� '° � �L � � $ oC � E n�i � c p�� LL-PL-PI a" o°'c � u *' u° � � 29.7 66-25-41 19.8 17.6 37-17-20 16.0 18.4 7.11 17.1 115 17.8 17.4 92/90 9.66 13.6 123 70/68 23.83 10.0 134 94�92 31.70 8.6 137 See Exploration and Testing Procedures for a description of field and laboratory procedures Water Level Observations used and additional data (If any). Groundwater not encountered while augering See Supporting Information for explanation of symbols and abbreviations. Notes Advancement Method Ground surface elevation estimated from the topographic information available on NCTCOG Dry Auger Drilling to 30', then Wash-Rotary webpage www.dfwmaps.com Abandonment Method Boring backfilled with Auger Cuttings Surface capped with concrete Fa:,ilities � Ei Drill Rig CME 45 Truck Hammer Type Automatic Driller Jose Logged by Nick Boring Started 07-26-2024 Boring Completed 07-26-2024 , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 �Cation: See Exploration Plan titude: 32.7314° Longitude: -97.3306° Boring Log No. B-3 N � � a L' � p T N a.�+ �"' J (6 ~ ~ 7 z z Q �� a y � � �� � �� in " 0 �pth (Ft.) Elevation: 654 (Ft.) +/- SHALE, with limestone seams, dark gray to gray (continued) — 604 5� 5 5— 6� 65— 7� 579 7 � 0 LIMESTONE, with shale seams, gray 0 Boring Terminated at 75 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX � � v � � � Atterberg �, o � Limits ao ��`� �y �ca cv� >a o a� '° � �L � � ° oC � E n�i � c p�� LL-PL-PI a" o°'c � u *' u° � � 67.07 6.4 144 100/100 98/56 181.32 5.6 146 �.�s ii.s izs 100/86 98/74 43.59 6.9 142 84.65 5.7 146 100/58 333.97 4.2 152 98/90 Water Level Observations Drill Rig Groundwater not encountered while augering CME 45 Truck Hammer Type Automatic Driller Jose Advancement Method Logged by Dry Auger Drilling to 30', then Wash-Rotary Nick Abandonment Method Boring backfilled with Auger Cuttings Surface capped with concrete Fa:,ilities � Ei Boring Started 07-26-2024 Boring Completed 07-26-2024 , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Boring Log No. B-4 � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX n: See Exploration Plan � � v� „ � Atterberg �� Q � o �>� o � Limits y � � � T N+�+ L o C INn V L C a C VI �: 32.7314° Longitude: -97.3300° � �� � � v �; v � �, � v m � � � � °u � c � � � � � � LL-PL-PI a " � �� 0 �O cn � �v� u° � Ft.) Elevation: 654 (Ft.) +/- CONCRETE � Fi53_SR �T CLAY (CH1, dark brown to brown, hard 4.5+ (HP) 32.0 — 4.0 (HP) 23.8 �j — 4.5+ (HP) 24.1 648 AN CLAY (CL), light brown, hard — 4.5+ (HP) 17.5 — 4.5+ (HP) 15.7 1� — , 4.5+ (HP) 5.20 20.5 108 1� 638 IALE, with limestone seams, gray — , 4.5+ (HP) 12.5 2� — , 4.5+ (HP) 6.48 14.9 117 2� , 4.5+ (HP) 9.08 17.6 115 3� , 100/0.75" I 35— � ioo/4.s�� � 4� � ioo/o.s�� � 609 4 � � 100/1.25" I See Exploration and Testing Procedures for a description of field and laboratory procedures Water Level Observations used and additional data (If any). Groundwater not encountered while drilling See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Notes Advancement Method Ground surface elevation estimated from the topographic information available on NCTCOG Dry Auger webpage www.dfwmaps.com Abandonment Method Boring backfilled with Auger Cuttings Surface capped with concrete Fa:,ilities � Ei 66-24-42 42-17-25 Drill Rig CME 45 Truck Hammer Type Automatic Driller Jose Logged by Nick Boring Started 07-28-2024 Boring Completed 07-28-2024 , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Boring Log No. B-4 � p, LOCdtiOn: See Exploration Plan >` J � � Latitude: 32.7314° Longitude: -97.3300° N L � a o `�° � C7 Depth (Ft.) LIMESTONE, gray 5 FS n Boring Terminated at 65 Feet Elevation: 654 (Ft.) +/- � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX � � � Atterber � 9 �� Q � o �>� o � Limits y � � � � N+�+ L p C N" L`-' 'C a C� J(6 ~ 7 � N L � �'' � � N N N� fl- � N > �' O fl. � � N L i C v m � � � � °u � c � � � � � '� LL-PL-PI a " � �O cn � �v� u° � 5� , 100/1.25" 5� , 100/1.25" 6� , 100/0.75" 589 100/0.75" 65--� See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes Water Level Observations Groundwater not encountered while drilling Borehole dry at completion of drilling Advancement Method Dry Auger Abandonment Method Boring backfilled with Auger Cuttings Surface capped with concrete Fa:,ilities � Ei Drill Rig CME 45 Truck Hammer Type Automatic Driller Jose Logged by Nick Boring Started 07-28-2024 Boring Completed 07-28-2024 , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Boring Log No. B-5 � p, LOCdtiOn: See Exploration Plan ^ N � ? J yy � p � � v� � � Latitude: 32.7311° Longitude: -97.3302° � �� � �� � s z z Q �� � a a °'� � �°' F C7 0 �� in �`� 0 Depth (Ft.) Elevation: 657 (Ft.) +/- / FILL - CLAYEY SAND (SC), brown, loose to medium dense — 1.0 (HP) 2.0 655 FILL - SILTY SAND (SM], brown, medium dense — 1.5 (HP) 4.0 653 FILL - SANDY LEAN CLAY (CL], brown and z tan, stiff 5� 1.0 (HP) drillers noticed hydrocarbon odors @ 7' — 1.0 (HP) 22-7-10 10.0 647 1Q � N=17 Boring Terminated at 10 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes Ground surface elevation estimated from the topographic information available on NCTCOG webpage www.dfwmaps.com 23.5 7.6 24.3 16.9 17.1 Water Level Observations � Groundwater encountered @6' while drilling Borehole dry at completion of drilling Advancement Method Dry Auger Abandonment Method Boring backfilled with auger cuttings upon completion. � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX � � v � � � Atterberg �, o � Limits ao ��`� �y �ca cv� >a o a� '° � �L � � ° oC � E n�i � c p�� LL-PL-PI a" o°'c � u *' u° � � NP Drill Rig CME 45 Truck Hammer Type Automatic Driller Lalo Logged by Nestor Boring Started 07-15-2024 Boring Completed 07-15-2024 , , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Boring Log No. B-6 :ation: See Exploration Plan itude: 32.7312° Longitude: -97.3296° � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX � � � Atterber � 9 �� Q � o �>� o � Limits y � � � � N+�+ L p C N" L`-' 'C a C� J(6 ~ 7 � N L � �'' � � N � �z �- �� >a oa� �� r �.__ v m � � � � ° � c � � � � � '� LL-PL-PI a " 0 �O cn � �v� u° � �th (Ft.) Elevation: 654 (Ft.) +/- 4" fnNCRETE - 4" BASE � FAT CLAY �CH�, dark brown to brown, stiff to 1.5 (HP) very stiff, with limestone nodules — LEAN CLAY (CL), with limestone seams, tan, very stiff 0 LIMESTONE, with clay seams and layers, tan 0 SHALE, dark gray, with limestone seams 0 Boring Terminated at 35 Feet — 3.5 (HP) 5— 3.5(HP) — 4.5 (HP) 646 14-6-6 — N=12 644 1 � 641 1� , 100/1.75" 2� , 100/3.75" 2� , 100/3.25" 3� , 100/7" 619 100/3.75" 35--` See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes Ground surface elevation estimated from the topographic information available on NCTCOG webpage www.dfwmaps.com 17.7 28.1 20.1 20.0 10.3 55-19-36 Water Level Observations Groundwater not encountered while drilling Borehole dry at completion of drilling Advancement Method Dry Auger Abandonment Method Boring backfilled with Auger Cuttings Surface capped with concrete Fa:,ilities � Ei Drill Rig CME 45 Truck Hammer Type Automatic Driller Lalo Logged by Nestor Boring Started 07-15-2024 Boring Completed 07-15-2024 , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Boring Log No. B-7 � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX :ation: See Exploration Plan � � v� „ � Atterberg �� Q � o �>� o � Limits y � � � T N+�+ L o C INn V L C a C VI itude: 32.7308° Longitude: -97.3302° ��� � � v �; v��, � v m � � � � ° � c � � � � � � LL-PL-PI a " � �� 0 �O cn � �v� u° � �th (Ft.) Elevation: 658 (Ft.) +/- 4" fnNCRETE - 4" BASE Fi57.�� FAT CLAY (CH1, brown, very stiff to hard, 3A (HP) with limestone nodules — LEAN CLAY (CL), tan, very stiff LIMESTONE, with clay seams and layers, tan @7-9' no sample recovery FAT CLAY (CH1, brown, very stiff 0 SHALE, dark gray, with limestone seams 0 Boring Terminated at 30 Feet — 2.25 (HP) 653 4.5 (HP) 5 40-10-9 — N=19 651 x N=50/1" 649 1� . 4.5 (HP) 646 1 � , 100/2" 2� , 100/5.5" 2� , 100/4.25" 6Zg 3�_, 100/4.5" See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes Ground surface elevation estimated from the topographic information available on NCTCOG webpage www.dfwmaps.com 20.3 22.5 55-20-35 22.7 11.7 5.9 2.92 26.0 98 60-23-37 Water Level Observations Groundwater not encountered while drilling Borehole dry at completion of drilling Advancement Method Dry Auger Abandonment Method Boring backfilled with Auger Cuttings Surface capped with concrete Fa:,ilities � Ei Drill Rig CME 45 Truck Hammer Type Automatic Driller Lalo Logged by Nestor Boring Started 07-15-2024 Boring Completed 07-15-2024 , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Boring Log No. B-8 � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX �Cation: See Exploration Plan � � v� „ � Atterberg �� Q � o �>� o � Limits y � � � T N+�+ L o C INn V L C a C VI titude: 32.7308° Longitude: -97.3292° ��� � � v �; v��, � v m � � � � ° � c � � � � � � LL-PL-PI a " � �� 0 �O cn � �v� u° � ^pth (Ft.) Elevation: 652 (Ft.) +/- i 4" CONCRETE - 3" BASE ,-651.42 FAT CLAY (CH1, brown, very stiff to hard, 2.5 (HP) with limestone nodules — ] LIMESTONE, with clay seams and layers, tan ] FAT CLAY (CH1, gray 0 SHALE, dark gray 0 Boring Terminated at 30 Feet — 3.5 (HP) �j— 4.5(HP) 646 N=50/4" 644 — , 4.5 (HP) 641 1 � 1 � , 100/2.5" 2� , 100/5" 2� , 100/3.5" 6ZZ 3�_, 100/3.75" See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes Ground surface elevation estimated from the topographic information available on NCTCOG webpage www.dfwmaps.com 23.7 18.8 17.1 10.3 55-19-36 7.70 24.0 115 56-22-34 Water Level Observations Groundwater not encountered while drilling Borehole dry at completion of drilling Advancement Method Dry Auger Abandonment Method Boring backfilled with Auger Cuttings Surface capped with concrete Fa:,ilities � Ei Drill Rig CME 45 Truck Hammer Type Automatic Driller Lalo Logged by Nestor Boring Started 07-15-2024 Boring Completed 07-15-2024 , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Boring Log No. B-9 � p, LOCdtiOn: See Exploration Plan ^ N � ? J yy � p � � v� � � Latitude: 32.7310° Longitude: -97.3298° � �� � �� � s z z Q �� � a a °'� � �°' F C7 0 �� in �`� 0 Depth (Ft.) Elevation: 654 (Ft.) +/- �-����/J 5•• CONCRETE ��5535� — FILL - FAT CLAY fCHI, dark brown and tan, 4.5+ (HP) very stiff to hard, with limestone pieces 2 6.0 FAT CLAY CH1, light brown and gray, very stiff to har , with calcareous deposits 3 13.0 SHALE, dark gray 5 0 Boring Terminated at 35 Feet — 4.5+ (HP) I 12-9-13 648 5 N=22 — , 3.5 (HP) — , 4.0 (HP) 1� 641 — , 4.5+ (HP) 1� 2� , 100/2.75" I 2 � , 100/4.0" I 3� � ioo/6.0�� � 619 100/5.0" 35--` See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes Ground surface elevation estimated from the topographic information available on NCTCOG webpage www.dfwmaps.com � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX � � v � � � Atterberg �, o � Limits ao ��`� �y �ca cv� >a o a� '° � �L � � ° oC � E n�i � c p�� LL-PL-PI a" o°'c � u *' u° � � 17.5 19.5 74-25-49 11.4 23.3 20.6 54-21-33 7.06 19.2 112 Water Level Observations Groundwater not encountered while drilling Borehole dry at completion of drilling Advancement Method Dry Auger Abandonment Method Boring backfilled with Auger Cuttings Surface capped with concrete Fa:,ilities � Ei Drill Rig CME 45 Truck Hammer Type Automatic Driller Tyler Logged by Nicholos Boring Started 07-16-2024 Boring Completed 07-16-2024 , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Boring Log No. P-1 � p, LOCdtiOn: See Exploration Plan ^ � ? J yy � p � � � Latitude: 32.7309° Longitude: -97.3304° � �� � � L t � a Q � � � � C7 0 � � in 0 Depth (Ft.) Elevation: 658 (Ft.) +/- 1';. m•' •n.� 4�� fnNCRETE - 4" BASE 657.33 FAT CLAY (CH1, brown, very stiff to hard, with limestone nodules — 3 5- 6.0 652 LEAN CLAY (CL), with limestone seams, tan, 4 very stiff — 8.0 650 FAT CLAY (CH1, brown, hard 3 — , 10.0 648 1 �_, Boring Terminated at 10 Feet See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes Ground surface elevation estimated from the topographic information available on NCTCOG webpage www.dfwmaps.com � ��r r c�c.v� � 8901John W CarpenterFwy Ste 100 Dallas, TX Atterber � v^ g � o �>� o � Limits y N+�+ L o C N`� � y C a C VI � � > � O fl. � � � = L i C �� $� � E n�i � c p�� LL-PL-PI a" o°'c � u *' u° � � 2.5 (HP) 3.5 (HP) 4.5 (HP) 36-9-4 N=13 4.5 (HP) 23.3 19.8 58-20-38 18.9 8.8 25.0 Water Level Observations Groundwater not encountered while drilling Borehole dry at completion of drilling Advancement Method Dry Auger Abandonment Method Boring backfilled with Auger Cuttings Surface capped with concrete Drill Rig CME 45 Truck Hammer Type Automatic Driller Lalo Logged by Nestor Boring Started 07-15-2024 Boring Completed 07-15-2024 Fa:,ilities � Ei , Geotechnical Radiation Oncology Building and Parking Structures W. Oleander St. & Grainger St. � Fort Worth, TX Terracon Project No. 94245079 nn� B-1 B-2 650 o.s.... o.a1z 3 3 640 ....... 13..... 18 ;, 630 ....... w w y 620 ....... � ..i Z � 610 ....... 5 a � 5 W uJi 600 ....... 590 ....... �o 580 �s 0.625 13 ��rl�erracon Ste 100 Dallas, TX GeoModel B_5 � � _ B_6 o.ss7 g_g o.ss7 0.41 2 . 0.667 3 7 B-8. 0.417 3 6 . . . . . . . . . 10. . . . . 3 g . . . . . . 0.583. . `2 . . .S . . . . . . .8.0 . . . 12 3 6 ,o s 3 4 13 11 13 is.................... 5 5 .... ....... 30 ..... 5 ... ....... 5 .. . ..................... 30 ....................... g�.................................... gr�................... sa 570 This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Model Layer Layer Name General Description Legend 1 Pavement Concrete and Crushed Limestone Base Materials �Concrete �Fat Clay � Shale � Limestone 2 Fill Fat Clay (CH) , Sandy Lean Clay (CL), Silty Sand (SM), and Clayey Sand (SC); brown, dark brown and tan � Lean Clay � Clayey Sand Fat Clay (CH) and Lean Clay (CL); brown, dark brown, 3 Overburden Soil light brown, orangish brown, tan, gray and dark gray: stiff �Silty Sand �Sandy Lean Clay to hard Weathered �Highly Weathered 4 �. t Limestone with clay seams and layers, tan Limestone �mes one 5 Bedrock � First Water Observation Shale, dark gray and gray; Limestone, gray NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible over time. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Attachments Facilities � Environmental � Geotechnical � Materials Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Exploration and Testing Procedures Field Exploration Number of Borings B-1 through B-4 B-5 1 through B-9 P-1 Approximate Boring Depth (feet) 65 to 75 10to35 10 � ferracon Location Parking Garage Building Pavement 1. Boring B-5 was terminated at a depth of about 10 feet due to the presence of hydrocarbon odors in the soil. Boring Layout and Elevations: Terracon personnel provided the boring layout using handheld GPS equipment (estimated horizontal accuracy of about f10 feet) and referencing existing site features. Approximate ground surface elevations were obtained by interpolation from the topographical information available at www.dfwmaps.com. Subsurface Exploration Procedures: We advanced the borings with a truck-mounted rotary drill rig using continuous flight augers (solid stem and/or hollow stem, as necessary, depending on soil conditions). Samples were obtained at 2 feet intervals in the upper 10 feet of each boring and at intervals of 5 feet thereafter using push tube sampling and split-spoon sampling procedures. In the push tube sampling procedure, a seamless steel tube with a sharp cutting edge was pushed hydraulically into the soil to obtain a relatively undisturbed sample. In the split-spoon sampling procedure, a standard 2-inch outer diameter split-spoon sampler was driven into the ground by an automatic hammer. The number of blows required to advance the sampling spoon the last 12 inches of a normal 18-inch penetration is recorded as the Standard Penetration Test (SPT) resistance value. The load-carrying capacity of bedrock was evaluated in place by the Texas Department of Transportation (TxDOT) cone penetration test. Rock coring (using NX rock core barrel) was performed at borings B-2 and B-3 at a depth of about 30 feet below the ground surface to the depth of boring termination (i.e. 75 feet) For safety purposes, all borings were backfilled with auger cuttings after their completion. Pavements were patched with bagged portland cement concrete, as appropriate. The sampling depths, penetration distances, SPT resistance values (N-values), and other sampling information was recorded on the field boring logs. The samples were placed in appropriate containers and taken to our soil laboratory for testing and classification by a Geotechnical Engineer. Our exploration team prepared field boring logs as part of the drilling operations. These field logs included visual classifications of the materials observed during drilling and our interpretation of the subsurface conditions between Facilities � Environmental � Geotechnical � Materials Geotechnical Engineering Report � ferracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 samples. Final boring logs were prepared from the field logs. The final boring logs represent the Geotechnical Engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory. Laboratory Testing The project engineer reviewed the field data and assigned laboratory tests. The laboratory testing program included the following types of tests: ■ Water (moisture) content ■ Liquid limit, plastic limit, and plasticity index ■ Unconfined compressive strength of soil and rock ■ Absorption swell tests ■ Corrosivity tests (pH, redox, sulfates, sulfides, chlorides, electrical resistivity) The laboratory testing program often included examination of soil samples by an engineer. Based on the results of our field and laboratory programs, we described and classified the soil samples in accordance with the Unified Soil Classification System. The results of the laboratory tests are presented on the individual boring logs, tables, or graphs in Exploration and Laboratory Results. Facilities � Environmental � Geotechnical � Materials Geotechnical Engineering Report � �erracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Site Location and Exploration Plans Contents: Site Location Plan Exploration Plan Note: All attachments are one page unless noted. Facilities � Environmental � Geotechnical � Materials Geotechnical Engineering Report ������0� Radiation Oncology Building and Parking Structure � Fort Worth, Texas r August 15, 2024 � Terracon Project No. 94245079 Site Location � � � E� { ' ,�,`� �� ' , t� y � � * � "` � y � 2 + - i_ � �a � 1, , . e � � ��' _ `� � • `'�'� J? i : . � �� � � R , 1 � � ` � r� .,• � , F � � � � \ `•� . � � � � �;�J _ ' --+. � � �— � _ ' :�' v _ ._ -�-: �. � ^� � Q rn � � _ � � ,� � � ��� ;� I � � � � � j � • � � � ' �% , � , r �j•r� � " � � � ._ • � ~ � �� � %I � _ � � t 1 � .. � '� I � � � —� I y �� � .1 � � -, , � r'�� 1� � . ,� '� r ' � ' � • '�1 f � � � ^ � �:�f�� ' . � . �/ � � - --L '� F ;4 _ . � �� • • ' • � , �r . ��� • � �,I►� -- .�• � � • . s l • -� � ��,. � . r • " . e � . � � �� o �: � . 1 . r'. � � .` ,y. _ , ` + « t ..,. � � � � r. l � . �. � � � ' � , ' � � ►�* � � � , �.� • � C + �-- • — . � , � � � � � �� « � • : ' . ��• - �r ♦it y .:.,�; � � ,• � • � ' - � SITE '�,� � .� . � • .. � ; . � r— ., ,' ( ' � � , � � '. 'r - r�� w � _ ' ' '�- �. � , � � �� ,,.�"� �' . . , - . � � }, . • �.. ��� / _ � .� � * - i ' � , `` ., � � , .,�_. � : , „�� , , . _ . :.�"- c ,. - ,� LL� • •l � � ��:1+r •. � ' � �� i � . . . ' � � f � • (f ., ��a. � � , � r . 7 {pr �f- � � , 7 � . " "'r t �+ � � t jc) �� • •'�� I ' � � � • �� , � �►.l � _ • • 1 . ..• - �� � ' .. ' +� �-y � ' � . � Histori�al Terra�on Project � ' � �. � — ''. ,. � '�� - r_' '` • `i�' � � � i'��� : _ ., f � ` _ �O! _ r�,, --� � _j������� ��� -� �.. ��' ` � ...•s��_ �%(.I.i1J1�Jf�~��Jr• • t��.r����i�����'�f J =:'��.1L�J1J1'� ■ DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS Facilities � Environmental � Geotechnical � Materials Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Exploration Plan � ferracon � � i � : � s�! ++� f 4 . r � r . . a . � r r . a. � � #� � � rr �: � r# •�i�i� • r - a • r���� � � •��• � rf �� �������� �� % � , _ �illr �. �w�� .. - �..w�► � r 4� � �1� � � �....- _ � y ' "'_ ,�. .. 1.Y�6 � �� � � � i�l' �► M.w � � � w � k � _ � I* r • � � � 4'r� � � . � � � �!�'� � - � �1�'�i�� � � �,� �,� � � . �,r� � � � � � �, � i � � ,, � i i � � � � , � � ., �� ' � � • � ,�* 1 � � � • „� � .� � * 1 � � �� -�-� � - i ' . � ~ � � � �� � i -r� :-J i��' � _���„� �T..�,,,� � } ' ��� M i " • � * �� - 4 � � � � ' �� �� ������ � , �N � ,� � -�rr�.► .� ' � . � t � • � � . . ....�r..r � �� �r � � � ' .� ■ + i � �`"` '�- �'"r��'.- � � � ' � � . . .i i � � 1f� '""' � � � � � � � � ! � � Y � � ' f � � � +.�-Y, ,I'rr �r2 � � � f ri �'��� t • _ _ _ .. .. . r i � r � • w � � � � � � � � � � � �.. „ , 7f 7.i �"��`�"�'����tr� �i5��"qfr��Yl�y+i%i� DIAGRAM IS FOR GENERAL LOCATION ONLY. AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS Facilities � Environmental � Geotechnical _�s Exploration and Laboratory Results Contents: Boring Logs (B-1 through B-9, and P-1) Summary of Swell Tests Summary of Corrosivity Tests Note: All attachments are one page unless noted. Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 SUMMARY OF SWELL TESTS Depth Liquid Plasticity Boring (ft) Limit Index B-1 4-6 55 36 B-2 2-4 74 47 B-3 6-8 37 20 B-6 4-6 55 36 B-7 9-10 60 37 B-8 4-6 55 36 Initial Final Moisture Moisture (%) (%) 19.1 19.9 30.6 31.5 17.6 18.5 20.1 21.0 26.0 27.2 17.1 18.7 � �erracon Surcharge Swell (psf) (%) 625 0.7 375 0.9 875 0.2 625 0.8 1,188 1.0 625 1.2 Geotechnical Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 SUMMARY OF CORROSIVITY TESTS Sample Soluble Boring Depth pH Sulfate (feet) (ppm) 6-2 0-6 8.7 100 6-6 0-6 8.7 37 pH - ASTM G 51 Soluble Sulfate - ASTM C 1580 Sulfides - ASTM D 4658 Soluble Chloride - ASTM D 512 � �erracon Sulfides Soluble Red-Ox Total Electrical Chloride Potential Salts Resistivity (ppm) (ppm) (mV) (ppm) (S2-cm) nil 119 +393 648 1,446 nil 94 +405 644 2,272 Red-Ox - ASTM D 1498 Total Salts - ASTM D 1125 Electrical Resistivity - ASTM G 187 Facilities � Environmental � Geotechnical � Materials Supporting Information Contents: General Notes Unified Soil Classification System Note: All attachments are one page unless noted. Radiation Oncology Building and Parking Structures W. Oleander St. & W. Grainger St. � Fort Worth, TX Terracon Project No. 94245079 Sampling � Auger � Rock Core Cuttings ' Shelby � Split Spoon Tube �Texas Cone Penetrometer General Notes Water Level Water Initially � Encountered Water Level After a � Specified Period of Time Water Level After � a Specified Period of Time �Cave In Encountered Water levels indicated on the soil boring logs are the levels measured in the borehole at the times indicated. Groundwater level variations will occur over time. In low permeability soils, accurate determination of groundwater levels is not possible with short term water level observations. N ferracon 8901John W CarpenterFwy Ste 100 Dallas, TX Field Tests N Standard Penetration Test Resistance (Blows/Ft.) (HP) Hand Penetrometer (T) Torvane (DCP) Dynamic Cone Penetrometer UC Unconfined Compressive Strength (PID) Photo-Ionization Detector (OVA) Organic Vapor Analyzer Descriptive Soil Classification Soil classification as noted on the soil boring logs is based Unified Soil Classification System. Where sufficient laboratory data exist to classify the soils consistent with ASTM D2487 "Classification of Soils for Engineering Purposes" this procedure is used. ASTM D2488 "Description and Identification of Soils (Visual-Manual Procedure)" is also used to classify the soils, particularly where insufficient laboratory data exist to classify the soils in accordance with ASTM D2487. In addition to USCS classification, coarse grained soils are classified on the basis of their in-place relative density, and fine-grained soils are classified on the basis of their consistency. See "Strength Terms" table below for details. The ASTM standards noted above are for reference to methodology in general. In some cases, variations to methods are applied as a result of local practice or professional judgment. Location And Elevation Notes Exploration point locations as shown on the Exploration Plan and as noted on the soil boring logs in the form of Latitude and Longitude are approximate. See Exploration and Testing Procedures in the report for the methods used to locate the exploration points for this project. SurFace elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surFace elevation was approximately determined from topographic maps of the area. Strength Terms Relative Density of Coarse-Grained Soils (More than 50% retained on No. 200 sieve.) Density determined by Standard Penetration Resistance Relative Density Very Loose Loose Medium Dense Dense Very Dense Standard Penetration or N-Value (Blows/Ft.) 0-3 4-9 10-29 30 - 50 > 50 Consistency of Fine-Grained Soils (50% or more passing the No. 200 sieve.) Consistency determined by laboratory shear strength testing, field visual-manual procedures or standard penetration resistance Unconfined Compressive Consistency Strength qu (tsf) Very Soft less than 0.25 Soft 0.25 to 0.50 Medium Stiff 0.50 to 1.00 Stiff 1.00 to 2.00 Very Stiff 2.00 to 4.00 Hard > 4.00 Relevance of Exploration and Laboratory Test Results Standard Penetration or N-Value (Blows/Ft.) 0-1 2-4 4-8 8-15 15-30 > 30 Exploration/field results and/or laboratory test data contained within this document are intended for application to the project as described in this document. Use of such exploration/field results and/or laboratory test data should not be used independently of this document. Facilities � Environmental � Geotechnical � Materials Geotechnical Engineering Report Radiation Oncology Building and Parking Structure � Fort Worth, Texas August 15, 2024 � Terracon Project No. 94245079 Unified Soil Classification System Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests '' Coarse-Grained Soils: More than 50% retained on No. 200 sieve Gravels: More than 50% of coarse fraction retained on No. 4 sieve Sands: 50% or more of f Y Clean Gravels: Cu>_4 and 1<_Cc<_3 E Less than 5% fines � Cu<4 and/or [Cc<1 or Cc>3.0] E Fines classify as ML or MH Gravels with Fines: More than 12% fines � Fines classify as CL or CH Cu>_6 and 1<_Cc<_3 E Clean Sands: Less than 5% fines ° Cu<6 and/or [Cc<1 or Cc>3.0] E � �erracon Soil Classification Group Group Name B Symbol GW Well-graded gravel F GP Poorly graded gravel F GM Silty gravel F,�," GC Clayey gravel F,�," SW Well-graded sand I SP Poorly graded sand I coarse rac ion Fines classify as ML or MH SM Silty sand passes No. 4 sieve Sands with Fines: �, H, I More than 12% fines ° Fines classify as CL or CH SC Clayey sand c, ", I PI > 7 and plots above "A" line ' CL Lean clay ", �, M Silts and Clays: Inorganic: pI < 4 or plots below "A" line ' ML Silt ", �, "' Liquid limit less than 50 LL o�en dried Organic day K, �, M, H Fine-Grained Soils: Organic: < 0.75 OL K, �, M, o LL not dried Organic silt 50% or more passes the No. 200 sieve PI plots on or above "A" line CH Fat clay ", `, "' Silts and Clays: Inorganic: pI plots below "A" line MH Elastic silt ", `, "' Liquid limit 50 or more LL o�en dried Organic day K, �, "', ° Organic: < 0.75 OH LL not dried Organic silt ", �, "', Q Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat " Based on the material passing the 3-inch (75-mm) sieve. " If fines are organic, add "with organic fines" to group name. B If field sample contained cobbles or boulders, or both, add "with I If soil contains >_ 15% gravel, add "with gravel" to group name. cobbles or boulders, or both" to group name. ' If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. � Gravels with 5 to 12% fines require dual symbols: GW-GM well- K If soil contains 15 to 29% plus No. 200, add "with sand" or graded gravel with silt, GW-GC well-graded gravel with clay, GP-GM "with gravel," whichever is predominant. poorly graded gravel with silt, GP-GC poorly graded gravel with clay. � If soil contains >_ 30% plus No. 200 predominantly sand, add ° Sands with 5 to 12% fines require dual symbols: SW-SM well- "sandy" to group name. graded sand with silt, SW-SC well-graded sand with clay, SP-SM "' If soil contains >_ 30% plus No. 200, predominantly gravel, add poorly graded sand with silt, SP-SC poorly graded sand with clay. "gravelly" to group name. E Cu = Deo/Dio Cc = (�,o>� " PI >_ 4 and plots on or above "A" line. ° PI < 4 or plots below "A" line. D�o x Dso ' PI plots on or above "A" line. F If soil contains >_ 15% sand, add "with sand" to group name. Q PI plots below "A" line. � If fines classify as CL-ML, use dual symbol GC-GM, or SC-SM. X w 0 Z } � U H � ¢ J � 60 i i For classification of fine-grained / soils and fine-grained fraction 50 —of coarse-grained soils ���� '� ���o Equation of "A" - line .�J ,{ ` �•P/ Horizontal at PI-4 to LL-25.5. 40 — then PI=073 (LL-20) Q� Equation of "U" - line �°� Vertical at LL-16 to PI=', G � ---- CL i ML 4 -- i 0 0 10 16 20 30 — then PI=0.9 (LL-8} . ` O� o'� 20 �,� MH or OH 10 � � ML or OL 30 40 50 60 70 80 90 100 11C LVQUId LIMIT (LL] Facilities � Environmental � Geotechnical � Materials r �erracon May 14, 2025 UT Southwestern Medical Center 5323 Harry Hines Boulevard Dallas, Texas 75390 Attn: Joshua Goertz P: (214) 648-1582 E: Joshua.Goertz@UTSouthwestern.edu Re: Supplement Letter Radiation Oncology Building and Parking Structure W. Oleander St. & Grainger St. Fort Worth, Texas Terracon Project No. 94245079 Dear Mr. Goertz: 1801 Handley Ederville Road Fort Worth, TX 76118 P(817)268-8600 Terracon.com Terracon prepared a geotechnical engineering report (Terracon Project No. 954245079 dated August 15, 2024) for the referenced project. In our original report, we gave recommendations for portland cement concrete paving. LeeAnn Schaller with Dunaway requested recommendations for asphalt paving via an email on May 12, 2025. This supplement provides design recommendations for on-site asphalt pavements. All other recommendations and findings presented in the referenced geotechnical report remain valid and unchanged unless specifically amended herein. Asphalt Pavements Parking and Drive Lane Pavement Subgrades Subgrade materials at this site will most likely consist of clay soils. Lime stabilization is recommended beneath flexible (asphalt) pavement sections. The pavement subgrades should be proof rolled as discussed in section Site Preparation of the Terracon report. For budgeting purposes, a minimum of 8 percent hydrated lime (TxDOT Item 260), by dry weight, is estimated for treating the subgrade soil. The lime application rate should be determined by laboratory testing once the pavement subgrade is rough graded. The lime should be thoroughly mixed and blended with the top 6 inches of the subgrade and uniformly compacted to the criteria described in section Fill Placement and Compaction Supplement Letter �i �erracon Radiation Oncology Building and Parking Structure � Fort Worth, Texas May 14, 2025 � Terracon Project No. 94245079 Requirements of the original report. Lime treatment should extend a minimum of 1 foot beyond the edge of the pavement. The soils in this region may contain high level of sulfates. Sulfates can react with lime to form ettringite crystals that can lead to heave of pavements and premature pavement failure. Sulfate tests performed at the time of our investigation indicated maximum sulfate content of 100 ppm. If lime treatment of the pavement subgrade is performed, the surface soils should be tested for sulfates after final grading is complete. When the sulfate concentrations are less than 3,000 ppm, the subgrade soils are considered to be suitable for lime treatment in the conventional manner using a single lime application. When sulfate concentrations are higher than about 3,000 ppm, there is risk of lime/sulfate induced heave occurring. If lime treatment is planned, sulfate testing should be performed on rough graded subgrade soils. Site grading is generally accomplished early in the construction phase. However, as construction proceeds, the subgrade may be disturbed due to utility excavations, construction traffic, desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement construction and corrective action will be required. The subgrade should be carefully. Pavement Sections Design of Asphaltic Concrete (HMAC) pavement is based on National Asphalt Pavement Association - Design of Hot Mix Asphalt Pavements (Information Series 109). Detailed traffic loads and frequencies were not available, however we anticipate that traffic will consist primarily of passenger vehicles in the parking areas and passenger vehicles combined with emergency vehicles, occasional garbage trucks, service trucks, and delivery trucks in driveways. If heavier traffic loading is expected or other traffic information is available, Terracon should be provided with the information and allowed to review the pavement sections provided herein. For asphaltic concrete paving, we assume that the traffic classification will consist of: ■ Class I: Parking stalls for autos and pickup trucks ■ Class II: Traffic consisting of home delivery trucks ■ Class III: Delivery lanes with up to ten 3-axle trucks per day Explare with us 2 Supplement Letter Radiation Oncology Building and Parking Structure � Fort Worth, Texas May 14, 2025 � Terracon Project No. 94245079 iii �erracon Asphaltic Concrete Design Thickness (inches) Layer Traffic Traffic Traffic Class I Class II Class III Asphaltic Concrete TxDOT Item 341, Type DG-D Asphaltic Concrete TxDOT Item 341, Type DG-B Lime Treated Subgrade TxDOT Item 260 2 3 0 2 � � 2 We appreciate the opportu���1ti1�� f service to you on this project. i �� °F �F �`�► Sincerely, � 5'��',.•..•..,,'-•'��4�. � � #. .��1� Terracon Consulty�n,�,Inc..,�,��,��,�.��.�,*i� Firm Registration N�. �I����I�,NTA BHUSAL � �ri�,� :. ... .1547 fi0... . ::�`� �,•. . 4� 5 � �� ! O,�`'• !�C 5�0 `�c, � ,� �J��� ��<issfo�i�ai.: ��-�'�'�� �-��' ��� Sushanta Bhusal, P.E. `���~�~�~ Cheryl C. Pedraza, P.E. Project Engineer Geotechnical Department Manager Explare with us 3 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec Concrete Class A (Sidewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement) 9/9/2022 32 13 20 Mix Design American Concrete Company 30CAF029 3000 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 20 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air 7/16/2025 322 13 20 Mix Design Big Town Concrete 22113 With 30% Slag 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Burnco Texas 30U101AG 3000 psi 3-5" Slump; 3-6% Air 4/1/2024 32 13 20 Mix Design Burnco Texas 30U500BG 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502001 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Chisholm Trail Redi Mix C13020AE 3000 psi 3-5" Slump; 4.5-7.5% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design City Concrete Company 30HA20II 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 253-W 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 250 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 350 3000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 20 Mix Design Estrada Ready Mix R3050AEWR 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Amrize/ Holcim 1261 3000 psi 3-5" Slump; 3-6% Air 9/23/2024 32 13 20 Mix Design Amrize/ Holcim 5177 3000 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 20 Mix Design Amrize/ Holcim 530WA-T1 3000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 20 Mix Design Liquid Stone C301D 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2136214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2136014 3000 psi 3-5" Slump; 3-6% Air 4/1/2023 32 13 20 Mix Design Martin Marietta R2136N14 3000 psi 3-5" Slump; 3-6% Air 6/1/2023 32 13 20 Mix Design Martin Marietta R2136R20 3000 psi 3-5" Slump; 3-6% Air 6/1/2023 32 13 20 Mix Design Martin Marietta R2136N20 3000 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 20 Mix Design Martin Marietta R2141K24 4000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 20 Mix Design Martin Marietta R2136K14 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2131314 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2132214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta D9490SC 3000 psi 3-5" Slump; 4.5-7.5% Air 5/9/2025 32 13 20 Mix Design Martin Marietta R2136R14 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-YY 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-NY 3000 psi 3-5" Slump; 3-6% Air 7/10/2023 32 13 20 Mix Design Osburn 30A50MR 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 20 Mix Design Rapid Redi Mix RRM5020A 3000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 20 Mix Design Rapid Redi Mix RRM5525A 3600 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 20 Mix Design SRM Concrete 30850 With 20% Fly Ash 3000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 20 Mix Design SRM Concrete 30350 3000 psi 3-5" Slump; 3-6% Air 10/18/2024 32 13 20 Mix Design SRM Concrete 30050 With 20% Fly Ash 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete CP5020A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 13 20 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6% Air Class CIP (Inlets, Manholes, Junction Boxes, Encasement, Blocking, Collars, (Spread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A) 9/9/2022 32 13 13 Mix Design American Concrete Company 40CNF065 4000 psi 3-5" Slump; 0-3% Air 9/9/2022 32 13 13 Mix Design Burnco Texas 40U500BG 4000 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW5520A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW6020A 4000 psi 3-5" Slump; 3-6% Air 8/4/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW5020A f 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6% Air 5/7/2025 32 13 13 Mix Design Cow Town Redi Mix 265-42 4200 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design Amrize/ Holcim 1701 4000 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design Amrize/ Holcim 1551 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Amrize/ Holcim 5409 4000 psi 3-5" Slump; 3-6% Air 8/14/2025 32 13 13 Mix Design Amrize/ Holcim 540WA-T1 With 20% Fly Ash and 30% Slag 4000 psi 3-5" Slump; 3-6% Air 4/27/2023 32 13 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2141230 4000 psi 3-5" Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta R2141R24 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 32 13 13 Mix Design Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 32 13 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 10/31/2025 Page 1 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 10/31/2025 9/9/2022 32 13 13 Mix Design Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2141233 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 32 13 13 Mix Design Martin Marietta R2146R35 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146K35 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146N33 4000 psi 3-5" Slump; 3-6% Air 9/12/2023 32 13 13 Mix Design NBR Ready Mix CLS P1-YY 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 9/16/2024 32 13 13 Mix Design SRM Concrete 35050 3500 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 13 Mix Design SRM Concrete 36850 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 13 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Slump; 3-6% Air Class C (Drilled Shaft for Traffic Signal Pole Foundations Reference Detail 31 41 10-D605) 9/9/2022 32 13 13 Mix Design Burnco Texas 36U500BG 3600 psi 5.5-7.5" Slump; 3-6% Air 6/21/2023 32 13 13 Mix Design Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" Slump; 3-6% Air 10/30/2024 32 13 13 Mix Design Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slump; 3-6% Air 9/11/2025 32 13 13 Mix Design Gonzalez Brothers P6020LA 3600 psi 5.5-7.5" Slump; 3-6% Air 12/5/2022 32 13 13 Mix Design Amrize/ Holcim 1822 3600 psi 5.5-7.5" Slump; 0-3% Air 9/9/2022 32 13 13 Mix Design Amrize/ Holcim 1859 4000 psi 5.5-7.5" Slump; 3-6% Air 4/7/2023 32 13 13 Mix Design Liquid Stone C361DHR 3600 psi 5.5-7.5" Slump; 3-6% Air 6/27/2023 32 13 13 Mix Design Martin Marietta U2146N41 3600 psi 5-7" Slump; 3-6% Air 6/27/2023 32 13 13 Mix Design Martin Marietta U2146K45 3600 psi 5-7" Slump; 3-6% Air 5/9/2025 2 13 13 Mix Design Martin Marietta U2146R41 3600 psi 5-7" Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K2524 3600 psi 5.5" Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K0524 3600 psi 5.5" Slump; 3-6% Air Class C (Headwalls, Wing walls, Culverts) 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 40LA2011 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6% Air 8/11/2025 32 13 13 Mix Design Cow Town Redi Mix 275 With 20% Fly Ash 5000 psi 4-6" Slump: 3-6% Air 8/11/2025 32 13 13 Mix Design Cow Town Redi Mix 375 5000 psi 4-6" Slump: 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6% Air 4/1/2023 32 13 13 Mix Design Martin Marietta 310LBP 3600 psi 3-5" Slump; 4-7% Air 8/30/2023 32 13 13 Mix Design Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 40050 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 35022 With 20% Fly Ash 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6% Air Class P (Machine Placed Paving) 4/3/2025 32 13 13 Mix Design Big Town Concrete 4511 3600 psi 1-3" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 4411 3600 psi 1-3" Slump; 3-6% Air 6/30/2025 32 13 13 Mix Design Big Town Concrete 5211 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 6/30/2025 30 13 13 Mix Design Big Town Concrete 52113 With 30% Slag 4000 psi 1-3" Slump; 3-6% Air 6/30/2025 30 13 13 Mix Design Big Town Concrete 5311 4000 psi 1-3" Slump; 3-6% Air 9/30/2025 30 13 13 Mix Design Burnco Texas 40U553BG With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602091 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 36LA2011 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi 1-3" Slump; 3-6% Air 11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slump; 3-6% Air 2/6/2024 32 13 13 Mix Design Estrada Ready Mix TD3655AEWR 3600 psi 1-3" Slump; 3-6% Air 5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1643 3600 psi 1-3" Slump; 3-6% Air 6/20/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1629 3600 psi 1-3" Slump; 3-6% Air 7/29/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1655 With 20% Fly Ash 3600 psi 1-3" Slump; 3-6% Air 7/29/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1670 3600 psi 1-3" Slump; 3-6% Air 5/12/2025 32 13 13 Mix Design Amrize/ Holcim 1703 4000 psi 1-3" Slump; 3-6% Air 10/3/2025 32 13 13 Mix Design Amrize/ Holcim 5405 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 4000 psi 1-3" Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4000 psi 1-3" Slump; 3-6% Air …CIP Concrete (Continues) Page 2 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 10/31/2025 5/5/2025 32 13 13 Mix Design Martin Marietta Q2141N27 4000 psi 1-3" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-3" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-NY 3600 psi 1-3" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40068 4000 psi 1-3" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40825 4000 psi 1-3" Slump; 3-6% Air 9/16/2024 32 13 13 Mix Design SRM Concrete 40025 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 10/18/2024 32 13 13 Mix Design SRM Concrete 35023 3600 psi 1-3" Slump; 3-6% Air 6/5/2025 32 13 13 Mix Design SRM Concrete 40324 4000 psi 1-3" Slump; 3-6% Air 7/21/2025 32 13 13 Mix Design SINACOLA 24011-4000MP 20%With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 7/21/2025 32 13 13 Mix Design SINACOLA 24011-4000MP Straight Cement 4000 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi 1-3" Slump; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi 1-3" Slump; 3.5-6.5% Air 6/17/2025 32 13 13 Mix Design True Grit Redi Mix 460.230M 4000 psi 1-3" Slump; 3-6% Air 6/23/2025 32 13 13 Mix Design True Grit Redi Mix 360.230M 4000 psi 1-3" Slump; 3-6% Air Class H (Hand Placed Paving, Valley Gutter) 9/9/2022 32 13 13 Mix Design American Concrete Company 45CAF076 4500 psi 3-5" Slump; 3-6% Air 5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 6211 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 6311 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6% Air 7/16/2025 32 13 13 Mix Design Big Town Concrete 62113 With 30% Slag 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Burnco Texas 45U500BG 4500 psi 3-5" Slump; 3-6% Air 9/30/2025 33 13 13 Mix Design Burnco Texas 45U100AG 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 45NA20II 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/4500 psi 3-5" Slump; 4-6% Air 9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6% Air 5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1643 4500 psi 3-5" Slump; 3-6% Air 6/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1629 4500 psi 3-5" Slump; 3-6% Air 7/29/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1670 4500 psi 3-5" Slump; 3-6% Air 10/4/2024 32 13 13 Mix Design Amrize/ Holcim 5507 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Amrize/ Holcim 1851 4500 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 13 Mix Design Amrize/ Hocim 545WA-T1 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design Liquid Stone C451D 4500 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 4500 psi 3-5" Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 4500 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5" Slump; 3-6% Air 5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 32 13 13 Mix Design Martin Marietta R2146P36 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 32 13 13 Mix Design Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air 6/3/2025 32 13 13 Mix Design Martin Marietta R2146K43 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air 7/10/2023 32 13 13 Mix Design Osburn 45A60MR 4500 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 13 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design SRM Concrete 45023 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 45000 4500 psi 3-5" Slump; 3-6% Air 5/23/2025 32 13 13 Mix Design SRM Concrete 45300 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 45850 With 20% Fly Ash 4500 psi 3-5" Slump; 3-6% Air 10/18/2024 32 13 13 Mix Design SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air 7/21/2025 32 13 13 Mix Design SINACOLA 24011-4500HP 20%With 20% Fly Ash 4500 psi 3-5" Slump; 3-6% Air 7/21/2025 32 13 13 Mix Design SINACOLA 24011-4500HP Straight Cement 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6% Air 6/12/2025 32 13 13 Mix Design True Grit Redi Mix 465.230H With 30% Slag 4500 psi 3-5" Slump: 3-6% Air 6/23/2025 32 13 13 Mix Design True Grit Redi Mix 365.230H 4500 psi 3-5" Slump: 3-6% Air 10/9/2024 32 13 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6% Air …Class P Concrete (Continues) Page 3 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 10/31/2025 Class HES (High Early Strength Paving) 9/9/2022 32 13 13 Mix Design Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-1NC 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 13 Mix Design Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix 4575AESC 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Amrize/ Holcim 2125 5000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 13 13 Mix Design Liquid Stone C451DHR-A 4500 psi 3-5" Slump; 3-6% Air 4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6000 psi / 3000 psi @ 24hr.3-5" Slump; 3-6% Air 2/10/2023 32 13 13 Mix Design SRM Concrete 50310 5000 psi 3-5" Slump; 3-6% Air 2/7/2025 32 13 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW7520AMR 4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air Class S (Bridge Slabs, Top Slabs of Direct Traffic Culverts, Approach Slabs) 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6" Slump; 3-6% Air 5/3/2023 32 13 13 Mix Design Martin Marietta M7842344 4000 psi 3-5" Slump; 4.5-7.5% Air 4/1/2023 32 13 13 Mix Design Martin Marietta R2146P33 4000 psi 3-5" Slump; 3-6% Air 8/18/2025 32 13 13 Mix Design Martin Marietta 610LBT 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-NY 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-YY 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design SRM Concrete 40850 With 20% Fly Ash 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB 4000 psi 3-5" Slump; 3-6% Air Concrete Base Trench Repair 4/1/2023 03 34 16 Mix Design Burnco Texas 10YH50BF 1000 psi Flowable; 8.5-11.5% Air 9/9/2022 03 34 16 Mix Design Burnco Texas 08Y450BA 800 psi 5-7" Slump; 3-6% Air 03 314 16 Mix Design Martin Marietta YN81O001 750 psi 8-12" Slump; 5-10% Air Controlled Low Strength Material (Flowable Fill) 2/7/2025 03 34 13 Mix Design Burnco Texas 01Y690BF 100 psi Flowable; 9.5-11.5% Air 5/19/2025 03 34 13 Mix Design Burnco Texas 01Z180AF 100 psi Flowable; 9.5-11.5% Air 9/9/2022 03 34 13 Mix Design Carder Concrete FWCC359101 50-150 psi 3-5" Slump; 8-12% Air 9/9/2022 03 34 13 Mix Design Carder Concrete FWFF237501 50-150 psi Flowable; 8.5-11.5% Air 8/4/2025 03 34 13 Mix Design Chisholm Trail Redi Mix CT150FF 50-150 psi Flowable; 7-9.0% Air 9/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Flowable; 8-12% Air 9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9 70 psi 7-9" Slump; 8-11% Air 9/9/2025 03 34 13 Mix Design Cow Town Redi Mix 10 Min 50 psi Min 9" Slump; 10-20% Air 5/12/2025 03 34 13 Mix Design Amrize/ Holcim 3741 100 psi Flowable; 12.0-24.0% Air 8/4/2025 03 34 13 Mix Design Amrize/ Holcim 901 100 psi 9-11" Slump; 10-30% Air 8/14/2025 03 34 13 Mix Design Amrize/ Holcim 904 150 psi 9-11" Slump; 10-30% Air 9/11/2025 03 34 13 Mix Design Martin Marietta FLOW25A 150 psi 8"-12" Slump; 10% Air 10/4/2023 03 34 13 Mix Design NBR Ready Mix FTW FLOW FILL 150 psi 7-10" Slump; 8-12% Air 2/7/2025 03 34 13 Mix Design SRM Concrete 910 150 psi Flowable; 8-12% Air 9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable; 8-12% Air Concrete Rip Rap 4/1/2023 31 37 00 Mix Design Martin Marietta R2141030 4000 psi 3-5" Slump; 3-6% Air 4/1/2023 31 37 00 Mix Design Martin Marietta R2146033 4000 psi 3-5" Slump; 3-6% Air Asphalt Paving 9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 FT5B117965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 FT1B139965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 FT1B117.2 PG64-22 Type B Fine Base 5/1/2024 32 12 16 Mix Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base 4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base 12/5/2022 33 12 16 Mix Design Sunmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757)211305 (1757) PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface 4/1/2024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface Detectable Warning Surface 9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC)Tactile Pavers 9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX)Detectable Warning Pavers 9/9/2022 32 13 20 DWS - Composite Armor Tile 9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA)Heritage Brick CIP Composite Paver 4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA)Detectable Warning Pavers 10/16/2025 32 13 20 DWS - Pavers EQUALTILE EqualTile Brick Pattern Wet-Set Replaceable 10/16/2025 32 13 20 DWS - Pavers EQUALTILE EqualTile Cast-In-Place Replaceable Page 4 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 10/31/2025 Silicone Joint Sealant 9/9/2022 32 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Pecora 300SL 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 Utility Trench Embedment Sand 9/9/2022 33 05 10 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 MHRC #220605 (Size - **24" Dia.)ASTM A48 AASHTO M306 9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Dia.)ASTM A48 AASHTO M306 9/28/2018 33 05 13 Manhole Frames and CoversNeenah Foundry NF-1743-LM (Hinged)NF-1743-LM (Hinged) (Size - 32" Dia.)ASTM A48 AASHTO M306 9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Dia.)ASTM A48 AASHTO M306 9/28/2018 33 05 13 Manhole Frames and CoversNeenah Foundry R-1743-HV R-1743-HV (Size - 32" Dia.)ASTM A48 AASHTO M306 4/3/2019 33 05 13 Manhole Frames and CoversSIP Industries ++2279ST 2279ST (Size - 24" Dia.)ASTM A48 AASHTO M306 4/3/2019 33 05 13 Manhole Frames and CoversSIP Industries ++2280ST 2280ST (Size - 32" Dia.)ASTM A48 AASHTO M306 10/8/2020 33 05 13 Manhole Frames and CoversEJ ( Formally East Jordan Iron Works)EJ1033 Z2/A EJ1033 Z2/A (Size - 32.25" Dia.)ASTM A536 AASHTO M306 3/8/2024 33 05 13 Curb Inlet Covers SIP Industries ++2296T 2296T (Size - ***24" Dia.)ASTM A48 AASHTO M306 6/18/2024 33 05 13 Curb Inlet Covers SIP Industries ++2279STN 2279STN (Size - 24" Dia.)ASTM A48 AASHTO M306 Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x3-405-PRECAST** (Size - 10' X 3')ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x3-406-PRECAST** (Size - 10' X 3')ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x4.5-407-PRECAST** (Size - 10' X 4.5')ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-10x4.5-420-PRECAST** (Size - 10' X 4.5')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-TOP (Size - 5' X 5')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-TOP (Size - 6' X 6')ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET** (Size - 10' X 3')ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3')ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X 7')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 6')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - 7' X 7')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - 7' X 7')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - 7' X 7')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 8')ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET (Size - 4' X 4')ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5')ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6')ASTM 615 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8')ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8')ASTM C478 8/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4')ASTM C433 **Note: All new development and new installation manhole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Page 5 of 6 !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National Spec CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 10/31/2025 8/28/2023 33 39 20 Curb Inlet 10 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4')ASTM C913 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (5' X 5')ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH (4' MH on the top of 5' JB)ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' JB)ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB)ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB)ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 10x3 Precast** (Size 10' x 3')ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 15x3 Precast** (Size 15' x 3')ASTM C913 Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS)ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60")ASTM F2881 & AASHTO M330 8/28/2023 33 41 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)ASTM C76, C655 8/28/2023 33 41 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various)ASTM C789, C850 10/12/2023 33 41 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506 10/12/2023 34 41 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various))ASTM C1433,C1577 10/18/2023 35 41 10 Storm Drain Pipes The Turner Co.Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506 10/18/2023 33 41 10 Culvert Box The Turner Co.Reinforced Concrete Box Culvert (size - Various)ASTM C1433,C1577 4/12/2024 33 41 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506 6/25/2024 33 41 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 6/25/2024 33 41 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506 ….Storm Sewer - Inlet & Structures Continues (1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's (4-3-2025) Bigtown Concrete updated Mix ID's **Note: Pre-cast inlets are approved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to be cast in-place. No exceptions to this requirement shall be allowed. Revision Comments (4-5-2025) 03 34 13 CLSM specification Page 6 of 6 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing 30" Dia. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Manhole, 32" Opening and Flat top, (No Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-478; ASTM C-923; ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) For use when Std. MH cannot be installed due to depth Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 * From Original Standard Products List 1 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer Applications Only)8" - 12" (Sewer Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non-Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM D3262, ASTM D3517, ASTM 3754, AWWA C950 * From Original Standard Products List 2 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) * High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High-density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" *33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"- 36" * From Original Standard Products List 3 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B 1"-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4"-28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 04/07/69 Interior Restrained Joint System Hultec Hydrogrip-R ASTM D395, D412, D471, D573, D883, D1149, D1229, D1349, D1414, D1415, D1566, F913 4'-12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA C111 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA C111 16"-24" * From Original Standard Products List 5 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54" 09/03/24 33 12 21 Rubber Seated Butterfly Valve American AVK Company AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48" Water - Polyethylene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 12 50 Water Sampling Station Mueller Water Products, Inc.Model BSS01-36-MUDG2-CSD-NL, Freeze Proof, Hasp for Locking Access Hatch This product removed Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller Hydroguard HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) Yellow Highlight indicates recent changes The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water * From Original Standard Products List 6 CFW Product Name Manufacturer Manufacturer Product Name & Description Makers Sales and Marketing, LLC MRT2470AB‐Type 11, 36" or 60" Rise 2/Bolt 8' Arm,  Galvanized Makers Sales and Marketing, LLC MRT2470AB‐Type 11, 36" or 60" Rise 2/Bolt 8' Arm,  Black Valmont Industries, Inc DB01373(page 1 of 6)‐Shoe Base Pole Type 11,  Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 4 of 6)‐Single Arm Type 33B, Galvanized Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P101‐Mvolt‐R2‐3K‐ MP‐NL‐P7‐AO‐RFD325607 Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P101‐Mvolt‐R4‐3K‐ MP‐NL‐P7‐AO‐RFD325606 Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P101‐Mvolt‐R2‐3K‐BK‐ MP‐NL‐P7‐AO‐RFD325609 Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P101‐Mvolt‐R4‐3K‐BK‐ MP‐NL‐P7‐AO‐RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Bayou Forest Products 30‐35’ .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 6 of 6)‐Wood Pole Arm, Galvanized Makers Sales and Marketing, LLC MRT33.585AB‐Type 18, 36" or 60" Rise 2/Bolt 8' Arm,  Galvanized Makers Sales and Marketing, LLC MRT33.585AB‐Type 18, 36" or 60" Rise 2/Bolt 8' Arm,  Black Valmont Industries, Inc DB01373(page 2 of 6)‐Shoe Base Pole Type 18,  Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 3 of 6)‐Single Arm Type 33A, Galvanized Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P303‐Mvolt‐R2‐3K‐ MP‐NL‐P7‐AO‐RFD322792 Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P303‐Mvolt‐R4‐3K‐ MP‐NL‐P7‐AO‐RFD322794 Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P303‐Mvolt‐R2‐3K‐BK‐ MP‐NL‐P7‐AO‐RFD322793 Acuity Brands Lighting, Inc.American Electric Lighting, ATB0‐P303‐Mvolt‐R4‐3K‐BK‐ MP‐NL‐P7‐AO‐RFD322795 Wood Pole Arm CFW Lighting Approved Products List Arterial Luminaire Residential Luminaire Residential‐Standard Arterial‐Standard Type 11 Pole Type 33B Arm Timber Pole Type 18 Pole Type 33A Arm McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Bayou Forest Products 30‐35’ .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)‐Wood Pole Arm, Galvanized Washington 10' Pole Acuity Brands Lighting, Inc.Holophane, CLA 10.6(0AL)FT J20P07BK‐MOD, AB‐31‐4  RFD110736 Washington 14' Pole Acuity Brands Lighting, Inc.Holophane, CLA14FT J20DMODC03BK RFD325026, AB‐ 16‐4 SPEC RFD325026  Washington Luminaire Acuity Brands Lighting, Inc.Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7  FRGL RFD338699 Washington Globe  Luminaire Acuity Brands Lighting, Inc. Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7  AO RFD‐315548 Oleander Type A Pole Acuity Brands Lighting, Inc.Holophane, PDA 12S5L20POBBK‐MOD  Oleander Type B Pole Acuity Brands Lighting, Inc.Holophane, PDA20S5L20P08BK‐MOD Oleander Type B Arm Acuity Brands Lighting, Inc.Holophane, OHC 15IN 2A TN BK Oleander Luminaire Acuity Brands Lighting, Inc. Holophane, AUCL2 P40 30K AS BK L3 N P7 AO  RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc.Holophane, RSA 12 50 G12 SC BK AB‐26‐4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc.Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc.Holophane, VLC 27IN 1A TN QSM BK Berry Luminaire Acuity Brands Lighting, Inc. Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7  AO SH Banner Arms Acuity Brands Lighting, Inc.Holophane, BA‐24IN‐2A‐C0‐S4J‐BL‐075P‐BK Cantex Inc. Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651  specifi cations and NEMA TC2, Rated for 90°C Cable,  Sunlight Resistant, 10’ Lengths and 20' lengths Heritage Plastics Rigid Nonmetallic Schedule 80 Electric Conduit, Meets  UL 651 specifications, RUS listed, NEMA TC‐2 and  NEMA TC‐3, Rated for 90°C Cable, Sunlight & Weather  Resistant Atkore‐Heritage Plastics PVC Rigid Schedule 80 Conduit, Conforms to UL 651  and NEMA TC 2, Sunlight Resistant, Listed for 90°C  conductors or cable Prime Conduit, Inc Schedule 80 PVC Rigid Nonmetallic Conduit, Extra  Heavy Wall EPC‐80, Sunlight resistant, Rated for use  with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy‐Splice, ESSLK  Series Wood Pole Arm Timber Pole Conduit Decorative‐Pedestrian System Southwire Type XHHW‐2 copper conductor, 600V Encore Wire TYPE XHHW‐2 / RW90, copper conductor, Superslick  Elite, 600V/1000V Encore Wire THHN / MTW / THWN‐2  Copper conductor, 600V Service Wire Co Servicepro‐X XHHW‐2, 600/1,000 Volt Copper, CT  Rated Advanced Digital Cable Inc XHHW‐2 Low Smoke Halogen Free, Cross‐linked  Polyethylene Insulated 14 AWG‐750 MCM, 600 Volts,  90°C Dry and wet Aluminum Wire‐Triplex Priority Wire & Cable, Inc Triplex Overhead Aluminum Conductor Edison General Purpose, Midget Class MEN Fuses, Voltage  Rating: MEN ‐ 250 VAC, Ampere Rating: 0.5 ‐ 30 Amps,  Interrupting Rating: 10,000 RMS Amps @ 125V Edison Modular Ferrule Fuse Blocks for Midget Class and CC  Fuses Cooper In‐line fuse holders for Single‐Pole 13/32" x 1 1/2"  Fuses HEB‐AA EATON Bussmann Series, HEB breakaway and non‐breakaway  in‐line fuse holders for UL 13/32” x 1‐ 1/2”supplemental fuses EATON Bussmann Series, FNM 13⁄32˝ x 1‐1⁄2˝ 250Vac Ɵme‐ delay supplemental fuses Connector Thomas & Betts Wire Joints for Copper Conductor, Cat No: 54615,  54620, 54625‐TB, 54635, 54640, 54630 Electrol Systems, Inc TY A (120/240) 100(NS)AL(E)PS(U) WE Manufacturing & Controls TY A 120/240 100(NS)AL(E)PS(U) Electrol Systems, Inc TY A (240/480) 100(NS)AL(E)PS(U) WE Manufacturing & Controls TY A 240/480 100(NS)AL(E)PS(U) MacLean Highline Polymer Concrete, PHA132412X0002: TIER 22 (X) 22,  500lbs Oldcastle Polymer Concrete, H‐SERIES UNIT, H1730‐24 TIER‐22 ‐ TXDOT 2x 1/2" CAPTIVE BOLT ‐ 2x BRASS FLOATING  NUT Oldcastle Polymer Concrete, H‐SERIES UNIT, H1324‐24 TIER‐15 ‐ TXDOT 2x 1/2" CAPTIVE BOLT ‐ 2x BRASS FLOATING  NUT Kearneys NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N  Series Photocell Acuity Brands Lighting, Inc.Dark To Light, DLL Elite, Electronic Locking, Type  Photocontrol, DLL‐127 or DLL‐480 Shorting Caps Acuity Brands Lighting, Inc.Dark To Light, Part # DSHORT SBK U Residential Luminaire TRASTAR INC.DURA‐STR10A‐3K‐120‐3‐GR‐SCL Arterial Luminaire TRASTAR INC.DURA‐STR25‐3K‐120‐3‐GR‐SCL Interim Products Copper Wire/Conductor Metered Pedestal 120‐240V Metered Pedestal  240‐ 480V Ground Box Fuse & Fuse Holder