HomeMy WebLinkAbout064514-PM1 - Construction-Related - Contract - OCG SN Multifamily, LP and Strategic Construction, Ltd.CSC No. 64514-PM1
00 00 00
STANDARD C1TY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS
Page 1 of 6
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions
nn i i i� r��,;�„�:�� �� a;aa,,.-�
��
nn � i i� T����,,,..;,,�� .,. n;,aao...,
��
�8 �
00 42 43 Proposal Form Unit Price
nn�� �
nn nc i i u:aao,.� n,.o,,,,.,i:�;,..,�;,,���
�T
00 45 12 Prequalification Statement
nn nc i� �;aa,..- n..�,.,,,,t;�;,.,,.:�.. n..,.i;,....;,.r
��
00 45 26 Contractor Compliance with Workers' Compensation Law
g9�5-4g ra:�,,,.:.., �,,.,;�o.,., ��.e,.....;.,o r_,,.,i
00 52 43 Agreement
00 61 25 Certificate of Insurance
00 62 13 Performance Bond
00 62 14 Payment Bond
00 62 19 Maintenance Bond
99-�-99 r-o�o,.,,i r„�a:.:,,�.,
�8 �QYYVYl�.'� �, r,.��
00 73 10 Standard City Conditions of the Construction Contract for Developer
Awarded Projects
Division Ol - General Requirements
O1 11 00 Summary of Work
O1 25 00 Substitution Procedures
O1 31 19 Preconstruction Meeting
ni � i �n n,-,,;o,.. n�oo.;r,.�
�o
O1 32 33 Preconstruction Video
O1 33 00 Submittals
O1 35 13 Special Project Procedures
O1 45 23 Testing and Inspection Services
O1 50 00 Temporary Facilities and Controls
O1 55 26 Street Use Permit and Modifications to Traffic Control
O1 57 13 Storm Water Pollution Prevention Plan
O1 60 00 Product Requirements
O1 66 00 Product Storage and Handling Requirements
O1 70 00 Mobilization and Remobilization
O1 71 23 Construction Staking
O1 74 23 Cleaning
O1 77 19 Closeout Requirements
O1 78 23 Operation and Maintenance Data
O1 78 39 Project Record Documents
Last Revised
n� i���
n� i���
nn in��
OS/22/2019
nn in��
nn in��
09/O l /2015
n� in��
04/02/2014
n4 i��:-T��o
06/16/2016
07/O 1/2011
O1/31/2012
Ol/31/2012
Ol/31/2012
, , n��
n� in���r
O1/10/2013
Last Revised
12/20/2012
08/30/2013
08/30/2013
n� in�n
08/30/2013
08/30/2013
08/30/2013
03/20/2020
07/O 1 /2011
07/O 1 /2011
07/O 1/2011
03/20/2020
04/07/2014
04/07/2014
04/07/2014
04/07/2014
04/07/2014
04/07/2014
04/07/2014
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 106195
Revised March 20, 2020
00 00 00
STANDARD C1TY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS
Page 2 of 6
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 02 - Existing Conditions: NONE
Division 03 - Concrete: NONE
Division 26 - Electrical: NONE
Division 31— Earthwork: NONE
Division 32 — Exterior Improvements: NONE
Division 33 - Utilities: NONE
Division 34 - Transnortation: NONE
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised March 20, 2020
00 00 00
STANDARD C1TY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS
Page 3 of 6
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
http://fortworthtexas.gov/tpw/contractors/
or
httns://apps.fortworthtexas.gov/Proi ectResources/
Division 02 - Existing Conditions
02 41 13 Selective Site Demolition
02 41 14 Utility Removal/Abandonment
02 41 15 Paving Removal
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
n� �n i� r�„r,...o�o �.,.,o ra,,.o,.;.,i �,. -r..o�„�, no,.,,:..
�o
03 80 00 Modifications to Existing Concrete Structures
Division 26 - Electrical
�� nc nn r,.,�.,�.�� �x�,.,-v n,,.,,,t.� �,- �t,,,.�.-:,,,,t
�-�--oo
'��o �o�rioal f'i;�
�ti nc �� n.,,,e...,,..., „�a �,,.,o., � .. �io,,.,.:,..,i c�.��o,,,.,
��
���� rT�,ao,.,.,.,.,,�,a r�,,,.�� „�a v,,,,o..,,,.,., �,.�io,,...;,..,i ��,��o,.,.,
���v ELY`Fli17lZP11,.,,�;,.�� r�r„t+; r�,,,,+ �„ra,,;+
Division 31 - Earthwork
31 10 00 Site Clearing
31 23 16 Unclassified Excavation
?1?�'�3 �
�i �n nn �, �.,,.i
�-rzrvv �':I�,.l11[ti4�S
31 25 00 Erosion and Sediment Control
� ,�o �e�s
� i�o �
Division 32 - Exterior Improvements
�� ni i � no,...,,,�o„� n �,.�...i+ n,,. :,. no,..,;,.
�TT
�� ni i Q rro..,r,,,..,,.., n �..t,.,i. n.,.,:�,, na...,:,.
�a
32 O1 29 Concrete Paving Repair
�-, , , �? €��iiL» �a����
32 11 29 Lime Treated Base Courses
� 11 � �,.,..,.�. rrr,,,,.,.a �„�,. �,,,,r�,.�
2��T �1l.�UiCl TY�L�l �l\�'/.��
�� i � i ti n ��t,,,i. n.,. :�,.
�-z--rz--ry
2� 1 7'72 A �..L.,,1� D.,. :,. l'�,..,,,1� Co„1.,..f�
��
32 13 13 Concrete Paving
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
32 13 73 Concrete Paving Joint Sealants
�'�' ^-'To �c�l LT�r.t I\t �g
Last Revised
12/20/2012
12/20/2012
02/02/2016
12/20/2012
12/20/2012
i � i���
12/20/2012
. .
. .
� � �
e�.� �:
12/20/2012
O 1 /28/2013
n i i���
n i i���
12/20/2012
, � ����
, � i���
i � i��z
i � i���
12/20/2012
, � ����
12/20/2012
, � ����
n 4 i���`
i � i�� n�z
17/7�z
12/20/2012
06/OS/2018
12/20/2012
, � ����
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised March 20, 2020
00 00 00
STANDARD C1TY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS
Page 4 of 6
32 16 13
32 17 23
� ���
2 7��
Z 7�tiv
27 �1 �(�
27 �'1 12
2 7��
Z 7��
� ��7
Concrete Curb and Gutters and Valley Gutters
Pavement Markings
�'1ddr�� Il.�nt�g
�i:l�fl r�,1��„� .,,��
�xT:.-o T�'o.-...or. ...-.a (�'_..4or.
�xT.,.,,1 �o,�„o� ...�.a l�.,ao�
!''.,�r ;.. Dl.,,,o f'',,..,.,-oro Do+,,:.,;..,. �xT„11�
T,,,.�,.:1 Dl.,,.o,.,o,�r .,,�� �1�51.1�11:5�, „F D.,.-1�..,,,.,�
� "�ciiC�iii "r�-Q@@�;,... .,,..a C...a.a:.,..
�eoo and El��u�s
l 0/O S/2o 16
11 /22/2013
i i in�n
1 7 /7�i-zvrzviz
17N�z
17/7�z
nti in��
17/7�z
1 � /'l�z
, � ����
Division 33 - Utilities
� ���v�o co...o,..,.,a r�..�l�„lo rro��;�,. nno/��
� 22�z ri,.�„a n;,-,.,,;� rr„i,,.,;�:�,. mnrr��� T..�,.,,,.+:�., o»���
����o �'p�;� �U��ng-ef z'71,i�i.s� �o.,.o,- c.,��o,,.� r�4?��
I � ��n^-'To �g �� �r��tyl��J. T�^' ^� , � i���
I���_ �,.,..-,.�:,,� �,.��,.,,i rro�. c.,,.:,,�� i�i���
I���i TR,,,.ro�;,,,�, n��aa n,,.l.,.a:,. n.-,.to,.�;,.r c.,�to.-... ���7�-�v�zvii
I���o rro.�,.,,,,..,,.., �ar.,.o,. co,� :,.o� n�in�n
I�� nn nn r�lo„r;.,,, a n,.,,o��„�„o fro�.;�,. „��x�.,ro,. ra.,;.,� min�i�n, �
�v �crcmrrirg-crncrrzvvcp cccrr ccrzvrcc�na vz�vvrtm�
� 22�0 (71�,.,,�.:.... ..F C�.�...�„- AiT.,;,�.� zz.r�a,v� �z�--�c
� 33 OS 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016
� ���z �a�„�o,- r ;,,o r „ o '��,T�o/z��
�� nc i� �,. � a r r�„�� T,.,,� ni i��i�ni �
�--v�� ntliii�J'l'.1L71:11"lg�--c-c�rrrvn �v
�� nc i� i n �,- r+�.,o,- .,�a r_ �,..�.�,.�:�o ni i��i�ni �
�--v�v , J"l'.1,�� I:tl"i"� ��
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012
Grade
� ���o r,.�,..-�.,,�x�„�,,,-��,,,,i.� nno/��
� �2�T �+,,.,..,-e4o �+„11.,,-� r r�L�ii
I'2'2�nv 7�6�ii2g 1'�/'�zzrzvrioii
��� nc �i � r � i�i�ni�ni�
�--v�z �iii�[,1 �/1Y�?i P�i� �z
� ���z a+ool l�.,�;,�,. �:,,o �-�r����
� ���� t ��7 rr � i�i�n�ni�
�t.lY'tl �Ul�'1.. zz,re.� �rL
IZZ�T r,.�r„11„a:,.,. „�r''.,,-,.;�"'�nl� lri r''.,�;,.,. ,.,- rr,,....ol r: o.. nl.,ro nti��o ovrr�,�cv�i--��
� 33 OS 26 Utility Markers/Locators 12/20/2012
� 33 OS 30 Location of Existing Utilities 12/20/2012
� 33 11 OS Bolts, Nuts, and Gaskets 12/20/2012
I���o r�,,,.+;io r..,,� v;�„ i�i���
� 33 11 11 Ductile Iron Fittings 12/20/2012
��2 1 1 1 7 D.,1....;.,..1 !''l.l.»-;.ao (DV!''\ D,-o��,,,.o D;.,.o � l�i��
�22 1 1 1 2 �tlafi�P.��f.}�i"� D:,.o T2.,,. �1I7,..,,�...ocR�icGi l�••1;,-..�1� T.,,.o Tz.izv/z,�rc
� � � � � � crr��nur-mrrcPP � �a �
�✓� ll 1� �,,,-:,.a c.,.,,i n;..,,,,�a �;.+;,.,.� i�i���ni�
�rz ��
�22 i� in miini�ni�
�v �:,� f11.I1� 0 1 P17� i�� �T
��� i � i i r„ o�x�.,.o,- nao�o,-� i�i���ni�
.�.� ��. � � rz,rz a�rc
� 33 12 20 Resilient Seated Gate Valve 12/20/2012
�✓� l� �1 n�xnx�n n„�.i-.o,. ao„�oa n,,..o,.�., ��„i� o r�,4?��
� 33 12 25 Connection to Existing Water Mains 02/06/2013
���T✓-iz ✓v E�l�ilO11�t1...�, A:« �7.,1..0 .�Oc`J"'�'i�.1O11�� F,. D.�f.,L.lo T]V..�o« Q.,��o,v.� �z.r�a,v�z,�rc
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 106195
Revised March 20, 2020
00 00 00
STANDARD C1TY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS
Page 5 of 6
33 12 40 Fire Hydrants
�� �� ��r E���� ��
�� i � �n c..,�a,,.-a �t,..., ,.����.,t.,o �.
�z-vv .� �, L 11'�.JI�,
?�� � 1� C�ed i� Ill,�a Pi�� ,�
3� ' 1 1� €���l��c e�:�� ,.,,oa n:,.o �.. r,..,.,:,�, �a�i��;�'�
3� ?i lc u;,.t, r�o„�:�., n„�.,o.t,.,to.,o iur�n�� n:..o �.. c„�:..,..., co.:,e,.
���o n„i... ;.,i r�t,i,,..;,ae in���� r_,..,.,;..�,C'1:3i�� , �o v:,.o
� �F�
�„i.,.,:r.,i rt,i�,-;ao �n��r� ri„�oa n,-„�:io r_,-.,.,;.., c.,�;�,,,-., ce.,.o,-
?i3 � � 1
�
���i �.,�.����r fl�� �r.nir�g
���� c.,�:.,,.-�, co..,o,- n;�o ��i,,,-,�o.�.o��
�� � i cn c.,�;..,,.., co,�,o.. co,..,:,.o r,,.,.,a,..;,,.,� ,.�a ca,...;,.o r:
�o �
���o Eom�nat�,.., n:.. ��„i..o �� Ea:li�:;, co,�,o.. �,,,.,.o r�r,.:.,�
,�
���o C—a�t � I111�� r�..,.�,,.,, ra..r�.,.i„�
���o �,-o,,.,�. r,»,,.,-o�o na.,,,t,,,io�
� ��v ��Y'��GZ ��S
���o �z�.,�.0.1,.,.0.. n,.,,o.,., �.��'�"122'1� ���
�� �n �n ����,., r ; � � ,- c„�:.,,,-�, co..,o,- ��,-.,,,+,,.-o�
�-�--oo �
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts
���� u;,.t, r�o.,�:�., n„�.,o.i,.,�o.,o iur�n�� n:�o �.. c+.�Yn D��:1�
33 'I1 1�', n�:..� r,.,,a �,.i�,,,��.i„�„ ia���� n:,.,.
� ��o ��a�g€
���z ��o"'ii J�Ui��
� ��--�v-vi �t30�1 �11.`�l�
���o �.,�� :� ni,,,.o ra„r�.�io��ld.,ut����
���o n,..i. .,.,a r,..,,� T�io.�
���o ���pn'��.��:�.�o I-kiaa..,..ii� ,.�a �xT:.,,,.. .,ii�
Division 34 - Transportation
�n n i i n rr...,��;,, c;,.�.,i.,
�o
�n n i i n ni n� �.,,.o� r�„r�..,,iio,. �.,�.:�o.
�� n������
2 ^ ^�rrrivvi r�ri�tiEmixcir� ��cvrrciviici opccnicuiion
� n n i i n n� � c�o
�r�rrv-v.7 Z4tt-& rix€�i�9it�h4lr€-c�v i6&�6a
�n�� rro,,,,,,,,,,,,,,, rr,,.,��:� Jl�n��,
2� �I 1 1'2 D�..�.,�.,;,�.,� T,-..FF;,. C`;,....,1�
�T�
�n�-^m� �ee��Ul.� Pnira Pla�ltr��
�n n, , � no,ao.,�..;.,� u.,t,..;a e:,.�,,,
�o
� ^�-^�o ��� Illur:�iilati�i ���
� ^ ^�� �oi�l �T''� P ��� :�ai�ir�ii��
�� ��, ��z �,-oo...,... T RTl D,,,.a..,.,.. T�ar�i�r�
� n n� ��� �ira? �D A�-a�� Lzr.nria:� �
2 ��v �'11U Y11qU�Y � �S
�n n i cn c;�,.t„ ra,.a„ �:t.,,.. n,..;,. r„i.i„
�o
34 71 13 Traffic Control
O 1 /03/2014
, � ����
n�/t��
, � ����
, � ���;z
, � i��z
ntiit��
. .
. ,
� �
.. .
. .
. .
. .
� _
� �
� �
� � �
� �
. .
� � �
� � �
. .
. .
. . .
i nii��
i�ii��
n���
n i��
i i i��n
1 � /'l�z
, , ���n
i i i���
, � ����
n�ii��
n�ii��
ntiiio c��
iiit��
n� i�o ���
11 /22/2013
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised March 20, 2020
00 00 00
STANDARD C1TY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS
Page 6 of 6
Appendix
GG4.02
GR-01 60 00
Subsurface and Physical Conditions
Product Requirements
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
North Stockyards Mixed Use
CPN 106195
Bid Tab
DAP-PROPOSAL
1 OF 4
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Paving, Lighting, and Grading Improvements to Serve North Stockyards Mixed Use
CPN:106195
UNIT PRICE BID
Bidlisl I lem
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
Bidder's Application
ProjecL ILem Information Bidder's Propoeal
Description � SpuiliraLionSection Uni�ol RidQuaritiry Uni[Pnce � Rid�'¢lue
No. Meusure
UNIT I: PAVING IMPROVEMENTS
0241.0402 Remove Asphalt Drive
0241.0500 Remove Fence
0241.1300 Remove Conc Curb&Gutter
3211-0111 4" Flexible Base, Type A, GR-1
3211.0501 6" Lime Treatment
3213.0102 7" Conc Pvmt
3213.0301 4" Conc Sidewalk
3213.0401 6" Concrete Driveway
3213.0506 Barrier Free Ramp, Type P-1
3216.0101 6" Conc Curb and Gutter
3217.0101 8" SLD Pvmt Marking HAS (W)
3217.0102 6" SL� Pvmt Marking HAS (Y)
3217.0104 6" DOT Pvmt Marking HAS (W)
3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk
3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars
3217.1010 Preformed Thermoplastic Contrast Markings - Legend Single Head Curve Arrows
3217.1011 Preformed Thermoplastic Contrast Markings - Legend ONLY
3217.1014 Preformed Thermoplastic Contrast Markings - Legend Double head Combo
3291.0100 Topsoil
3292.0100 Block Sod Placement
3305.0101 Fire Hydrant Stem Extension
3305.0106 Manhole Adjustment, Major
3441.4006 Install Alum Sign Ground Mount
3471.0001 Traffic Control
9999.0006 Gravel Removal
9999.0008 Remove Wooden Pole
02 41 13 SF 6700
02 41 13 LF 253
02 41 15 LF 142
321123 SY 52
321129 SY 1249
321313 SY 1249
32 13 20 SF 6320
32 13 20 SF 2337
32 13 20 EA 7
321613 LF 1072
32 17 23 LF 65
32 17 23 LF 120
32 17 23 LF 80
32 17 23 LF 50
32 17 23 LF 25
32 17 23 EA 1
32 17 23 EA 1
32 17 23 EA �
32 91 19 CY 618
32 92 13 SY 824
33 05 14 EA 1
33 OS 14 EA 3
34 41 30 EA 2
34 71 13 MO 2
99 99 99 SF 1475
99 99 99 EA 2
TOTAL UNIT I: PAVING IMPROVEMENTS
$5.67
$5.00
$10.79
$56.00
$41.98
$154.41
$22.13
$22.69
$4,254.00
$87.50
$4.05
$4.05
$4.05
$27.00
$27.00
$1,500.00
$450.00
$900.00
$30.00
$10.00
$5,000.00
$5,000.00
$750.00
$3,300.00
$10.00
$2,200.00
$37,989.00
$1,265.00
$1,532.18
$2,912.00
$52,433.02
$192,858.09
$139,861.60
$53.026.53
$29,778.00
$93.800.00
$263.25
$486 00
$324.00
$1,350 00
$675.00
$1,500 00
$450.00
$900 00
$18,540.00
$8,240.00
$5,000.00
$15,000 00
$1,500.00
$6,600.00
$14,750.00
$4,400.00
$655,433.67
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECT
FROM VERSION MAY 22, 2019 00 42 43_Bid Proposal
Bid Tab
DAP-PROPOSAL
20F4
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Paving, Lighting, and Grading Improvements to Serve North Stockyards Mixed Use
CPN:106195
UNIT PRICE BID
Bidlisl I lem
No.
�
� �
� 2
� 3
� 4
� 5
�
Bidder's Application
ProjecL ILem Information Bidder's Propoeal
Description � SpuiliraLionSection Uni�ol RidQuaritiry Uni[Price � RidValue
No. Meusure
UNIT II: LIGHTING IMPROVEMENTS
3441.1401 NO 4 Triplex OH insulated Elec Condr
3441.1772 Furnish/Install 240-480 Volt Single Phase Transocket Metered Pedeslal
3441.3051 Furnish/Install LED Lighting Fixture (137 watt ATB2 Cobra Head)
3441.3331 30' Timber Pole CL 2
3441.3323 Furnish/Install 8' Wood Light Pole Arm
344110 LF 2242 $14.00 $31,388.00
34 41 20 EA 2 $14,416.00 $28,832.00
34 41 20 EA 11 $1,239.00 $13,629.00
34 41 11 EA 5 $5,969.00 $29,845.00
34 41 20 EA 11 $851.00 $9,361.00
TOTAL UNIT II: LIGHTING IMPROVEMENTS $113,055.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECT
FROM VERSION MAY 22, 2019 00 42 43_Bid Proposal
Bid Tab
DAP-PROPOSAL
30F4
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Paving, Lighting, and Grading Improvements to Serve North Stockyards Mixed Use
CPN:106195
UNIT PRICE BID
� Bidlisl I lem �
No.
�
�
� 1 �3349.5001 10' Curb Inlet
�
Bidder's Application
ProjecL ILem Information Bidder's Propoeal
Description � SpuiliraLionSection Uni�ol RidQuaritiry Uni[Price � RidValue
No. Meusure
UNIT III: DRAINAGE IMPROVEMENTS I I
TOTAL UN TIII:ZDRAINAGE IMPRO�/EMENTS� $7�g00.00 I $��900.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECT
FROM VERSION MAY 22, 2019 00 42 43_Bid Proposal
Bid Tab
DAP-PROPOSAL
40F4
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Paving, Lighting, and Grading Improvements to Serve North Stockyards Mixed Use
CPN:106195
UNIT PRICE BID
Bidlisl I lem
No.
Bidder's Application
ProjecL ILem Information Bidder's Propoeal
Description � SpeciGcalion Seciion Unii nl RiA Quanifry Uni� Price � RId Valuc
No. Ncasuro
6id Summary
UNIT I: PAVING IMI�P O�F E �(g
UNIT III: DIRAINAGE IMPR��v N�S
This Bid is submitted by the entitp named below:
HIDDM:R:
(on�p.����v�vv��:�+}�G6.{B iC. �D��i�i`�A%��� ��
,.��,,�..
`1 �� ���� 'F�w y� 6 z s'
�puS��= ��'- �I7D2,�
Contractor agrres m complctc W'ORK for F11AL ACCEPTAVCE wi[hin
COVTRACT commences [o run as procided in [he General Conditions
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECT
FROM VERSION MAY 22, 2019
$685,433.67
$113,055.00
$7,900.00
Total Canstruc 'on Bid $806,388.67
�����Y
� `
HY: 7..a �d-t�eel�.o�
�x�G , �': p
T17'LE: 1 fiu �. ��� O r�
DATE: �
9'�
erorking days aRcr ihc datc whcn thc
END OF SECTION
00 42 43_Bid Proposal
00 45 12
DAP PREQUALIFICATION STATEMENT
Page 1 of 1
SECTION 00 45 12
DAP — PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work
Tvpe" box provide the complete maior wark tvpe and actual description as provided bv the Water
Department for water and sewer and TPW for pavin�.
Major Work Type
Concrete
construction/reconstruction
under 15,000 SY (Demo and
subgrade stabilization)
Concrete
c onstruction/reconstruction
under 15,000 SY
Lighting improvements
Contractor/Subcontractor Company Name
RPMx Construction LLC
Patcon Services LLC
Bean Electrical, Inc.
Prequalification
Expiration Date
5/30/2027
11 /20/2026
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:
Strategic Construction
9821 Katy Freeway
Suite 675
Houston, TX 77024
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS
BY: Matt Beshara
--�
�� -,�`4�u�ure)
TITLE: President
DATE: O 1/OS/2026
END OF SECTION
00 45 12_Prequalification_Statement_DAP - IPRC 2.docx
Form Version September 1, 2015
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No.106195 I IPRC25-0053. Contractor further certifies that, pursuant to Texas Labor
Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of
compliance with worker's compensation coverage.
CONTRACTOR:
Strate�ic Construction Ltd.
Company
9821 Katv Freeway #675
Address
Houston, Texas 77024
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
By: Mat ra,_
a �'rint)
Signature:
Title: President
§
�
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Matt Beshara , known to me to be the person whose name is subscribed
to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and
deed of Strategic Construction, Ltd. for the purposes and consideration therein
expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this S�h day of
� , 20�
.�""v'n"'o HEATHER ROSE MACLEAN
i�� �`�`�= Notary Pubiic, State of Texas
=`"-�:�'e; Comm. Expires 02-21-2029
� Y ••...• }.
.,� oF.���.
'ii�������� Notary ID 125821084
,.
� �
otary Public in and for th�ate of Texas
END OF SECTION
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Apri12, 2014
North Stockyards Mixed Use
106195 � IPRC25-0053
005243-1
Developer Awarded Project Agreement
Page 1 of 4
2
SECTION 00 52 43
AGREEMENT
3 THIS AGREEMENT, authorized on O1/OS/2026 is made by and between the Developer,
4 (OGC SN Multifamily, LP), authorized to do business in Texas ("Developer") , and
5 Strateeic Construction, Ltd. , authorized to do business in Texas, acting by and
6 through its duly authorized representative, ("Contractor").
7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
8 follows:
9 Article 1. WORK
10
ll
12
13
14
15
16
17
18
19
20
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
North Stockvards Mixed Use
106195 I IPRC25-0053
Article 3. CONTRACT TIME
3.1 Time is of the essence.
All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
Documents are of the essence to this Contract.
21 3.2 Final Acceptance.
22 The Work will be complete for Final Acceptance within {90} working days after the date
23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard
24 City Conditions of the Construction Contract for Developer Awarded Projects.
25 3.3 Liquidated damages
26
27
28
29
30
31
32
33
34
35
36
Contractor recognizes that time is of the essence of this Agreement and that Developer
will suffer financial loss if the Work is not completed within the times specified in
Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of
the Standard City Conditions of the Construction Contract for Developer Awarded
Projects. The Contractor also recognizes the delays, expense and difficulties involved in
proving in a legal proceeding the actual loss suffered by the Developer if the Wark is not
completed on time. Accordingly, instead of requiring any such proof , Contractar agrees
that as liquidated damages far delay (but not as a penalty), Contractor sha11 pay
Developer Pive Hundred Dollars ($S00) for each day that expires after the time specified
in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of
Acceptance.
CITY OF FORT WORTH North Stockyards Mi.Yed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PRO7ECTS 106195 � IPRC25-0053
Revised June 16, 2016
006219-1
MAINTENANCE BOND
Page 1 of 3
1
2
3
4
5
6
7
SECTION 00 62 19
MAINTENANCE BOND
BOND NO.: MNT9482180
0
9
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we Strate�ic Construction, Ltd. , known as
"Principal" herein and Zurich American Insurance Companv , a corporate surety
10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as
11 Surety" herein (whether one or more), are held and �rm1y bound unto the Developer, OGC SN
12 Multifamily LP, authorized to do business in Texas ("Developer") and the Ciry of Fort Worth, a
13 Texas municipal corporation ("City"), in the sum of Ei�ht Hundred Six Thousand Three
14 Hundred Ei�htv-Ei�ht and 67/100's Dollars ($806.388.67), lawful money of the United States,
15 to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be
16 made jointly unto the Developer and the City as dual obligees and their successors, we bind
17 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
18 firmly by these presents.
19
20 WHEREAS, Developer and City have entered into an Agreement for the construction of
21 community facilities in the City of Fort Worth by and through a Community Facilities
22 Agreement, CFA Number CFA # 25-0080 ; and
23 WHEREAS, WHEREAS, the Principal has entered into a certain written contract with the
24 Developer awarded the 5`i' day of January , 2026 , which Contract is
25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all
26 materials, equipment labor and other accessories as defned by law, in the prosecution of the
27 Work, including any Work resulting from a duly authorized Change Order (collectively herein,
28 the "Work") as provided for in said Contract and designated as North Stockvards Mixed Use,
29 Phase 2— Pavin�, Gradin� and Streetli�ht Improvements to Serve Narth Stockvards Mixed Use;
30
31
and
CiTY OF FORT WORTH North Stockyards Mixed Use
STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CPN 106195
Revised January 31, 2012
006219-2
MAINTENANCE BOND
Page 2 of 3
1 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
2 accordance with the plans, specifications and Contract Documents that the Work is and will
3 remain free from defects in materials or worlrnianship for and during the period of two (2) years
4 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
5
6 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
7 upon receiving notice from the Developer and/or City of the need thereof at any time within the
8 Maintenance Period.
�
10 NOW THEREFORE, the condition of this obligation is such that if Principal shall
I 1 remedy any defecrive Work, for which timely notice was provided by Developer or City, to a
12 completion satisfactory to the City, then this obligation shall become null and void; otherwise to
13 remain in full force and effect.
14
15 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
16 noticed defective Work, it is agreed that the Developer or City may cause any and all such
17 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne
18 by the Principal and the Surety under this Maintenance Bond; and
19
20 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
21 Tanant County, Texas or the United States District Court for the Northern District of Texas, Fort
22 Worth Division; and
P�]
24 PROVIDED FURTHER, that this obligation shall be continuous in nature and
25 successive recoveries may be had hereon for successive breaches.
26
27
28
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised January 31, 2012
006219-3
MAINTENANCE BOND
Page 3 of 3
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the
3 January ,20 26
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
Sth day of
PRIN ' 'AL:
Str eeic CQ uction��d.
�
BY: �
Signature
ATTEST:
� .,�c�- �
(l�i-uicipal) Secretary
Matt Beshara. President
Name and Title
�..
Address: 9821 Katv Freewav, Suite 675
Houston. TX 77024
-- .,' �x�1 ����.��
Witness as to Principal
ATTEST:
SURETY: i
Zuric 'can Ins �e Cam[z v �I
/ ,
� �
,
. ,
� BY: , _ �. �;
__- e_,%
�Sigriature
Beverlv A. Ireland. Attornev-in-A act
Name and Tifle
Address: 1299 Zurich Way. 5"' Floor
(S re ) Secr tary � Schaumbura. IL 60196-1056
- - -_ . _. _ _.
W ness as to urety� Telephone Number. (713) 787-5937
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised January 3l, 20t2
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMYANY, a corporation of the State of New York, the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Rlinois, and the FIDELITY AND DEPOSIT COMPANY
OF MARYLAND a corporation of the State of Illinois (herein wllectively called the "Companies"), by Christopher Nolan, Vice President, in pursuance of
auWority granted by Article V, Section 8, of the By-Laws of said Companies, which aze set forth on the reverse side hereof and aze hereby certified to be in full
force and effect on the date hereof, do hereby nominate, constitute, and appoint Beverly A. IRELAND, Sharen GROPPELL, David R. GROPPELL,
Michele L. BONDi1RANT, Brett LOMAX, Gloria M. VILLA, Francine HAY, Roxanne G. BRUNE, Kouriney REECE, Kurt RISK of Houston,
Texas, its true and lawfu] agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all
bonds and undeRakings, and the execurion of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and
amply, to all intents and putposes, as if they had been duly executed and aclmowledged by the regularly elected officers of the ZURICH AMEffiCAN
INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY
COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its
office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By-Laws of
said Companies, and is now in force.
IN WIT'NESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH
AMERICAN INSURANCE COMPANY, COLONIAI. AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT
COMPANY OF MARYLAND, this 26th day of August, A.D. 2025.
,,,,, ,.,, .,,,,.�,..
rQ ,-,,,, ,•��;,;Po',,,�=, o°°Pod'\
i .�lo`���` `�ro � %e
='��EAL ` � SEAL J°='-" SEALm�;'
' £ � : ' �. 9\ '
:: `._��;; =,,,,, o �,.,,_ ::,o, �: Js_:°
, °-"�;�,,,� ,,,,,,, ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SLiRETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
�.--
�� �� ��,,v�, � � 4 �i
,
By: Christopher Nolan
Vice President
��_���.��� �; �;��t.��>� --
By: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 26th day of August, A.D. 2025, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Christopher
Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally lmown to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
thc signaturc as such officcr wcrc duly affixcd and subscribcd to thc said instrumcnt by thc authority and dircction of thc said Corporations.
IN TESTIMONY WHEREOF, I havc hcrcunto sct my hand and affixcd my Official Scal thc day and ycar first abovc writtcn.
.'��%r�l'"vN.
:�3;'= ,_ ..a_
s m P�a.,� =
�� _ •: -
�'i��v�F�.c )�;i, }� l�„_, n- `;;;:�' `
o`,,,,,
Genevieve M. Maison
Notary Public
My Commission Expire January 27, 2029
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Execurive Vice President or Vice President
may, by written instrument under the attested coiporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances,
stipulations, undertakings, or other like instnunents on behalf of the Company, and may authorize any officer or any such attorney-in-fact to
affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY
AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power
of Attomey is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By-Laws of the
Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the ISth day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
D'uectors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the Sth day of May,
1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting
duly called and held on the l Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this Sth day of January , 2026 .
„n„co,,,.., ..oc�asuauvano", dec�//''a.ms�,q�ti?.,:
°a�G '°„i''-,, °.ti /pp'1 c'• "f ppq ��
0p OpPOq.q�o =:¢ 1'pQ' R9j n'`z t" � 4m��o z
SEAL d =_ - { SEAL `� - SEAL I � _
� ��?:./ o�: ' °� ._..��3� ', '".' �*�
,, �'.. W ..:°�
•.. NEWYOA�'��•
��� P����
Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
renortsfclaimsC�a,zurichna. com
800-626-4577
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
�
ZURICH �
Texas Important Notice
IMPORTANT NOTICE
To obtain information or make a complaint:
AVISO IMPORTANTE
Para obtener informacion o para presentar una queja:
You may call Zurich North America's toll-free telephone
number for information or to make a complaint at:
1-800-382-2150
You may contact the Texas Department of Insurance to
obtain information on companies, coverages, rights, or
complaints at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or
about a claim, you should contact the company first. If
the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become
a part or condition of the attached document.
Usted puede Ilamar al numero de telefono gratuito de
Zurich North America's para obtener informacion o para
presentar una queja al:
1-800-382-2150
Usted puede comunicarse con el Departamento de Se-
guros de Texas para obtener informacion sobre com-
panias, coberturas, derechos, o quejas al:
1-800-252-3439
Usted puede escribir al Departamento
de Seguros de Texas a:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Sitio web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
DISPUTAS POR PRIMAS DE SEGUROS O
RECLAMACIONES:
Si tiene una disputa relacionada con su prima de seguro
o con una reclamacibn, usted debe comunicarse con la
compania primero. Si la disputa no es resuelta, usted
puede comunicarse con el Departamento de Seguros de
Texas.
ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es
solamente para propositos informativos y no se con-
vierte en parte o en condicion del documento adjunto.
U-GU-296-E (06/15)
Page 1 of 1
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
STANDARD CITY CONDITIONS OF THE
C1TY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Article 1— Definitions and Terminology
1.01 Defined Terms ....................
1.02 Terminology .......................
Article 2 —Preliminary Matters ................
2.01 Before Starting Construction
2.02 Preconstrucrion Conference .
2.03 Public Meeting .....................
Article 3— Contract Documents and Amendmg ............................
3.01 Reference Standards ...................................................
3.02 Amending and Supplementing Contract Documents
Article 4— Bonds and Insurance ...........................................................
4.01 Licensed Sureties and Insurers .........................................
4.02 Performance, Payment, and Maintenance Bonds ............
4.03 Certificates of Insurance ..................................................
4.04 Contractor's Insurance .....................................................
4.05 Acceptance of Bonds and Insurance; Option to Replace
Page
.........................1
......................... 1
......................... 5
�
......................... 6
......................... 6
......................... 6
......................... 7
......................... 7
......................... 7
......................... 7
......................... 9
.......................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
5.18 Indemnification ........................................................................................................................... 24
C1TY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
5.19 Delegation of Professional Design Services
5.20 Right to Audit :..............................................
5.21 Nondiscrimination ........................................
Article 6— Other Work at the Site
6.01 Related Work at Site
Article 7 — City's Responsibilities . .........................
7.01 Inspections, Tests, and Approvals ......
7.02 Limitations on City's Responsibilities
7.03 Compliance with Safety Program.......
24
25
25
26
26
..... 26
..... 26
..... 26
..... 27
Article 8— City's Observation Status During Construction ............................................................................ 27
8.01 City's Project Representative ......................................................................................................27
8.02 Authorized Variations in Work ...................................................................................................27
8.03 Rejecting Defective Work ...................................................................................................... 27
8.04 Determinations for Work Performed .......................................................................................... 28
Article9— Changes in the Work ..................................................................................................................... 28
9.01 Authorized Changes in the Work ............................................................................................... 28
9.02 Notification to Surety .................................................................................................................. 28
Article 10 — Change of Contract Price; Change ofContract 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
11.01 Notice of Defects .................................................................................................
11.02 Access to Work ....................................................................................................
11.03 Tests and Inspections ...........................................................................................
11.(}� Uncovering Work ............................................................................................
11.05 City May Stop the Work ......................................................................................
11.06 Correction or Removal of Defective Work ......................................................
11.07 Correction Period .................................................................................................
11.08 City May Correct Defective Work ......................................................................
29
29
29
29
30
30
30
30
31
Article12 — Completion .................................................................................................................................. 32
12.01 Contractor's Warranty of Title .................................................................................................... 32
12.02 Partial Utilization ........................................................................................................................ 32
12.03 FinalInspection ...........................................................................................................................32
12.(}� Final Acceptance ......................................................................................................................... 33
Article13 — Suspension of Work .................................................................................................................... 33
13.01 City May Suspend Work ............................................................................................................. 33
Article14 — Miscellaneous .............................................................................................................................. 34
14.01 Giving Notice .............................................................................................................................. 34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
14.02 Computation of Times
14.03 Cumulative Remedies ..
14.(}� Survival of Obligations
14.05 Headings
34
34
35
35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
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 speciiically deiined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents orforms.
1. Agree�nent - 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 Occuparional 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. Cit}� The City of Fort Worth, Texas, a Texas horne-r�ule municipal corporation, acting by, its
governing body through its City Manager, his designee, or agents authorized pur�suant to its
duly authorized charter on his behalf.
7. Community Facilities Ag�ee�nent (CFA) - A Contract between the Developer and the City for
the Const�uction of one or inore following public facilities within the City public right-of- way
or easement: Water, Sanitary Sewer Str�eet, Storm Drain, Street Light, and Street Signs. A CFA
rnay include private facilities within the right-of-way dedicated as private right-of- way or
ease�nent on a recordedplat.
8. Contract—The entire and integrated written document incorporating the Contract Documents
between the Developer, ContractoN, and/or City concerning the Work. The Contract
supersedes prior negotiations, representations, or ag�eements, whethe� written or oral.
9. Cont�act Documents—Those items that make up the contract and which �nust include the
Agreement, and it s attach�nents such as standard constr�uction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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•
h.
i.
J•
k.
l.
m.
Maintenance Bond
Power of Attorney for Bonds
Workers Compensation Affidavit
MWBE Commitment Form( If required by City)
General Conditions
Supplementary Conditions
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 ContractDocuments
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are notContract Documents.
10. Contractor—The individual or entity with whom Developer has enteNed into the AgNeement.
I1. Day or day — A day, unless othe�wise defined, shall inean a Calenda� 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 Cont�act Docu�ents 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. Enginee�=The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
1 S. Final Acceptance — The w�itten notice given by the City to the Develope� and/o� Cont�actor
that the Work specifzed in the Contract Documents has been co�npleted to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 o� appu�tenance thereof, fully, entirely, and in
conforinance with the ContractDocuinents.
17. General Requirements A part of the Contract Documents between the Develope� and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governinental 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 specifzed in the Contract Documents relating to an interinediate
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 Cont�act Price or the Contract Time, issued on
or afte� the Effective Date of theAgreement.
22. Participating Change Orde� A docu�nent, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
�evision in the Work or an adjustment in the Contract P�ice or the Contract Time, issued on
or after the Effective Date of theAg�eement.
23. Plans — See definition ofDrawings.
24. Project Schedule A schedule, p�epared and inaintained by Contracto�, in accordance with
the General Require�nents, describing the sequence and duration of the activities coinprising
the Contractor's plan to acco�nplish the Work within the Contract Time.
25. Project—The Work to be performed under the ContractDocu�nents.
26. Project Representative—The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting — An announced �neeting conducted by the Developer to facilitate public
pa�ticipation and to assist the public in gaining an info�med view of theProject.
28. RegulaN WorkingHours—Hours beginningat 7:00 a.�n. and ending at 6.•OOp.�n., Monday thr�u
Friday (excluding legal holidays).
29. Samples—Physical exainples of materials, equipment, or worl�nanship that are �epresentative
of some portion of the Work and which establish the standards by which such poNtion of the
Work will bejudged.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
00 73 10-4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Subrnittals A schedule, prepared and maintained by Contractor, of required
submittals and the tiine require�nents to support scheduled perforrrtance of related
construction activities.
31. Site—Lands or areas indicated in the Contract Docurnents 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 Develope� which are
designated for the use of Contractor.
32. Specifications—That part of the Contract Documents consisting of written requireinents for
materials, equipment, syste�ns, standards and worl�nanship as applied to the Work, and certain
administrative requi�einents and procedural matters applicable thereto. Specifications inay be
specifically made a part of the Contract Documents by attachment or, if not attached, �nay be
inco�porated 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 Docurrtents setting forth requirements of
the City.
34. Subcont�actor An individual or entity having a di�ect contract with Contractor or with any
othe� Subcontractor for the performance of a part of the Work at theSite.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data o� inforination
which are specifically prepared or asse�nbled by or for Contractor and subinitted by
Contractor to illustrate so�ne portion of the Work.
36. Superintendent — The rep�esentative of the Contracto� who is available at all tiines and able
to receive instNuctions fi^orn the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions—That part of the Contract Documents which amends or
suppleinents the General Conditions.
38. Supplier A manufacturer, fabricato�, supplier, distributor, materialman, or vendor having a
direct contract with Cont�actor or with any Subcontr�actor to furnish materials or equipment
to be incorporated in the Work by Contractor orSubcontYactor.
39. Unde�ground Facilities All underg�ound pipelines, conduits, ducts, cables, wires, manholes,
vaults, tanks, tunnels, or other such facilities or attachinents, and any encase�ents containing
such facilities, including but not limited to, those that convey electricity, gases, steam, liquid
petroleum products, telephone o� other com�nunications, cable television, water, wastewate�;
storm water, other liquids or chemicals, or tra�c o� other control systems.
40. Weekend Working Hou�s — Hours beginning at 9: 00 a.�n. and ending at S: 00 p.in., Saturday,
Sunday or legal holiday, as approved in advance by theCity.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
00 73 10-5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work—The entire constr�uction or the various sepaNately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of perfo�ming
or providing all laboN, services, and documentation necessary to produce such constr�uction
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 ContractDocurnents.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, o� legal
holidays authorized by the City for contract purposes, in which weather or other conditions
not under the control of the Contracto� will permit the perfo�mance of the principal unit of
work undenvay for a continuous pe�iod of not less than 7 hours between 7
a. m. and 6 p. m.
1.02 Te�^minology
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:
The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,
faulty, or deiicient 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, P�ovide:
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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 Sta�ting Constr uction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non-
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3— CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the ContractDocuments.
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 ContractDocuments.
3.02 Amending and Suppleinenting ContractDocuments
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the
Wark 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 Wark not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the followingways:
1. A Field Order;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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, Payrnent, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal
to the Contract Price as security to protect the City against any defects in any portion of the Work
described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise
by Laws or Regulations, and shall be executed by such sureties as are named in the list of
"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by
an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which
shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its
right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply with
the requirements of Paragraphs 4.01 and4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of insurance
requested by City or any other additional insured) which Contractar is required to purchase and
maintain.
00 73 10-8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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/ar 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 far 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 Ciry 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 far
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and E�nployers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers'
Liability as is appropriate for the Work being performed and as will provide protection from
claims set forth below which may arise out of or result from Contractor's performance of the
Work and Contractor's other obligations under the Contract Documents, whether it is to be
performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly
employed by any of them to perform any of the Work, or by anyone for whose acts any of them
may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 properiy 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 oi
a. $1,000,000 eachoccurrence
b. $2,000,000 aggregate limit
3. The policy must have an endarsement (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 beliable.
1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an
amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired andnon-owned.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
00 73 10-11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page I 1 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 followingrequirements:
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
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a"Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right-of-entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroadproperty:
a. General Aggregate: None
linter limits provided by Railroad Company (If none, wrile none)
b. Each Occurrence: : None
Enter limits provided by Railroad Company (If none, write 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 separatelocations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repairwork
performed in the railroad right-of-way. Such insurance must name the railroad company as the
insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
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.OS 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 reguired coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supe�vision and Supe�intendent
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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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. Contractar shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at the
Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the
Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the precedingThursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
S. 03 Se�^vices, 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 accardance 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 accardance with the requirements of Article 9. Adjustments in Contract Time far
projects with City participation shall be made byparticipating change orders.
S.OS 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 ar 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.
L"Or-Equal" Items: If in City's sole discrerion 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 S.OS.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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
00 73 10-15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page I S of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Iteins:
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 S.OS.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 O1 25 00 and:
1) shall certify that the proposed substitute itemwill:
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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 sufiicient 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 S.OS.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 S.OS.A and S.OS.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 ha�mless City and anyone directly or indi�ectly e�nployed by the�n from and
against any and all claims, darnages, losses and expenses (including attorneys fees) arising out of
the use ofsubstituted materials orequipment.
E. City s Cost Reiinburse�nent: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs S.OS.A.2 and S.OS.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 Reirnburseinent: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
S. 06 Pre-Qualification of Bidde�s (Prime Cont�actors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-
qualification
5.07 Conce�ning Subcontr�actors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Cornpliance:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
00 73 10-17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
0 Required for this Contract.
(Check this box if there is any City Participation)
� Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 Contractar 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
accardance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty fo� 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 warker is paid less than the prevailing wage rates stipulated
in these contract documents. This penalty shall be retained by the City to offset its administrative
costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial determination,
before the 31 st day after the date the City receives the information, as to whether good cause
exists to believe that the violation occurred. The City shall notify in writing the Contractor or
Subcontractor and any affected worker of its initial determination. Upon the City's determination
that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the
City shall retain the full amounts claimed by the claimant or claimants as the difference between
wages paid and wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
D. Arbit�ation 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 befare the l lth day after the date that arbitration is
required, a district court shall appoint an arbitrator on the petition of any of the persons. The City
is not a party in the arbitration. The decision and award of the arbitrator is final and binding on
all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 shallbe
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 Payrnents. 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. Subcont�actor 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 per�nitted by Laws and Regulations, Contractor shall indemn� and hold
harmless City, froin and against all claims, costs, losses, and damages (including but not limited to
all fees and charges of enginee�s, architects, attorneys, and other professionals and all court or
arbit�ation or other dispute resolution costs) arising out of or relating to any infi�ingement of patent
rights or copy�ights incident to the use in the performance of the Wo�k or resulting from the
incorporation in the Work of any invention, design, process, product, or device not specified in the
Contract Documents.
510 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 OtheNAreas
A. Liinitation on Use of Site and OtherAreas:
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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 theDamage Claim.
4. Pursuant to Parag�aph 5.18, Contr�actor shall indeinnify 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 o� occupant againstCity.
B. Re�oval of Debris During Perfor�nance of the Wo�k: 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 Ciry or adjacent properry 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 restare to original condition or better all property
disturbed by the Work.
E. Loading Sti^uctures: Contractor shall not load nor permit any part of any structure to be loaded in
any manner that will endanger the structure, nor shall Contractor subject any part of the Work or
adjacent property to stresses or pressures that will endangerit.
5.12 Record Documents
A.Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved
by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and
written interpretations and clarifications in good order and annotated to show changes made during
construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 Ciry 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.
513 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 far 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 ofconstruction.
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 theirproperty.
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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
00 73 10-22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
515 Hazard Communication Prograrns
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 Paragraph5.16.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 ContractDocuments.
6. Submit required number of Samples specified in the Speciiications.
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 ofContractor.
C. City s Review:
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 s a functioning whole as indicated by the Contract
Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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.
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 O1 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.
517 Cont�actor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage causedby:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible;
or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to perform
the Work in accordance with the ContractDocuments:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or finalpayment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
Ciry;
4. use or occupancy of the Wark 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 INDEMNIFICATInN
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 mdemnity provision is intended to
include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in
defending against such claims and causes ofactions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be performed
by the Contractor, its officers, agents, employees, subcontractars, licensees or invitees under this
Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO
nPERATE 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. nMISSInN nR NECTLI(TENCE nF 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 Contractar 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 Cityfunds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment
under this Contract, have access to and the right to examine and photocopy any directly pertinent
books, documents, papers, and records of the Contractor involving transactions relating to this
Contract. Contractor agrees that the City shall have access during Regular Working Hours to all
necessary Contractor facilities and shall be provided adequate and appropriate work space in order
to conduct audits in compliance with the provisions of this Paragraph. The City shall give
Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City.
The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published
in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national origin.
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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 wark, and properly coordinate the
Work with theirs. Contractor shall do all cutting, fitting, and patching of the Wark 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 Wark except for latent defects in the wark 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 accardance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
00 73 10-27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7. 03 Co�npliance with Safety Program
While at the Site, City's employees and representarives 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 ProjectRepresentative
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 coniidence that the completed Work will conform
generally to the ContractDocuments.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the ContractDocuments.
8.02 Authorized T�ariations 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
00 73 10-28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
8.04 Determinations for WorkPerforrned
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 Wark 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 Notifzcation 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 anticipatedproject.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 labaratories, 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. Contractar 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 thereo� 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 Tesring under this Section 11.03 D result in a"fail", "did not pass" or other similar
negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed anegative
result and require aretest.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 Contractar 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 Renioval 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 S.lO.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 Wo�k
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 Wark all materials and equipment incorporated in the Work, stored
at the Site or for which City has paid Contractor but which are
Page 32 of 35
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 intendeduse.
2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.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 reasonstherefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Finallnspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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:
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 FinalAcceptance;
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 solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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 i£
1. delivered in person to the individual or to a member of the firm or to an officer of the
corparation for whom it is intended; ar
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the otherparty.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receivingparty.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cuinulative Reinedies
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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
oo6ai9-�
DAP STANDARD C1TY COND1T10NS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS
Page 1 of 3
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
�
9
10
11
SECTION O1 11 00
SUMMARY OF WORK
A. Section Includes:
1. Summary of Work to be performed in accordance with the Contract Documents
B. Deviations from this City of Fort Worth Standard Specification
l. 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
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Wark, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibiliry for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights-of-way as provided for in the ordinances of the Ciry, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
oo6ai9-z
DAP STANDARD C1TY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS
Page 2 of 3
1
2
3
4
5
6
7
.
.
1
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which might be affected by the Wark.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
006219-3
DAP STANDARD C1TY COND1T10NS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS
Page 3 of 3
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
11
12
13
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
o�zsoo-�
DAP SUBSTITUTION PROCEDURES
Page 1 of 5
SECTION O1 25 00
SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
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
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
l. 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 rypes of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or catalog
numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN ]06195
Revised August 3Q 2013
o�zsoo-z
DAP SUBSTITUTION PROCEDURES
Page 2 of 5
a. Or-equals are unavailable due to strike, discontinued production of products
meeting speci�ed requirements, or other factors beyond control of Contractor;
or,
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to: a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN ]06195
Revised August 3Q 2013
012500-3
DAP SUBSTITUTION PROCEDURES
Page 3 of 5
2. City reserves the right to require proposed product to comply with color and pattem
of speci�ed product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
4. Subsritution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer's opinion, acceptance will require substantial revision of
the original design
d. In the City's or Developer's opinion, substitution will not perform
adequately the function consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or superior
in all respects to that specified, and that it will perform function for which it is
intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Wark to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN ]06195
Revised August 3Q 2013
012500-4
DAP SUBSTITUTION PROCEDURES
Page 4 of 5
Revision Log
DATE NAME SUMMARY OF CHANGE
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.
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
oizsoo-s
DAP SUBSTITUTION PROCEDURES
Page 5 of 5
Submitted By:
Signature
�s noted
Firm
For Use by City
Recommended
Not recommended
Recommended
Received late
Remark�
Date
Telephone
For Use by City:
_Approved _ Rejected City
Address
By
Date
Date
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
oi 3i i9 -1
DAP PRECONSTRUCTION MEETING
Page 1 of 3
SECTION Ol 31 19
PRECONSTRUCTION MEETING
A. PART 1 - GENERAL
B. 11 SUMMARY
C. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify
construction contract administration procedures
D. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
E. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
F. 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]
G. 1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings sha11 be
qualified and authorized to act on behalf of the entiry each represents.
3. Meeting administered by Ciry may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for future
reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the distribution
package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the meeting and
distribute copies of same to all participants who so request by fully completing the
attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire to invite
or the City may request
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
oi 3i i9-2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
£ Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
£ Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certification
n. Material Certi�cations and Qualiry Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safery P1ans
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 Evaluarion
z. Special Conditions applicable to the project
aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd.
Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg.
MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or
Comments
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 North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
oi 3i i9-3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
PART 2 - PRODUCTS [NOT USED]
H. PART 3- EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
Ol 32 33 - 1
DAP PRECONSTRUCTION V1DE0
Page 1 of 2
SECTION O1 32 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
A. 1.1 SUMMARY
B. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
C. Deviations from this City of Fort Worth Standard Specification
1. Though not mandatory, it is highly recommended on infi11 developer projects.
D. 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
E. 1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
l. 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]
F. 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 Ciry.
2. Retain a copy of the preconstruction video until the end of the maintenance surery 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]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
Ol 32 33 - 2
DAP PRECONSTRUCTION V1DE0
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
01 33 00 - I
DAP SUBMITTALS
Page 1 of 8
SECTION 0133 00
DAP SUBMITTALS
A. PART 1 - GENERAL
B. 1.1 SUMMARY
C. 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
D. Deviations from this Ciry of Fort Worth Standard Specification
1. None.
E. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
F. 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]
G. 1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the Ciry 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 Wark or other applicable activities, or within the time specified in
the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f� Delivery
g) Similar sequenced activities
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
013300-2
DAP SUBMITTALS
Page 2 of 8
c. No extension of time will be authorized because of the Contractor's failure to transmit
submittals sufficiently in advance of the Work.
d. Make submittals promptly in accordance with approved schedule, and in such sequence
as to cause no delay in the Work or in the work of any other contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal crossreference
identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Numbcr.
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
Certification Statement
1) "By this submittal, I hereby represent that I have determined and verified feld
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'/z inches x 11 inches to 8'/z inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
013300-3
DAP SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names oi
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
l. As specified in individual Wark 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
£ 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 Ciry'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 North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
013300-4
DAP SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production or quality control inspection and test reports and certi�cations
10) Mill reports
11) Product operating and maintenance instructions and recommended spare-parts
listing and printed product warranties
12) As applicable to the Wark
H. Samples
As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches and
range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Worlc to be used by the Ciry 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
l. 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.
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 North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
013300-5
DAP SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the Ciry
2) Copies
a) 4 copies
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 speciiied.
K. Submittal Review
The review of shop drawings, data and samples will be for general conformance with the
design concept and Contract Documents. This is not to be construed as: a. Permitting any
departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details, dimensions,
and materials
c. Approving departures from details furnished by the City, except as otherwise provided
herein
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 Ciry will have no
responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the Work with
all other associated work and trades, for selecting fabrication processes, for techniques of
assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a departure
from the Contract requirements which City finds to be in the interest of the City and to be so
minor as not to involve a change in Contract Price or time for performance, the City may
return the reviewed drawings without noting an exception.
Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments
on the submittal.
a) When returned under this code the Contractor may release the equipment and/or
material for manufacture.
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
013300-6
DAP SUBMITTALS
Page 6 of 8
b. Code 2
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the
notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture; however,
all notations and comments must be incorporated into the final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when
notations and comments are extensive enough to require a resubmittal of the
package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the final
product.
b) This resubmittal is to address all comments, omissions and non-conforming
items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of the date of
the Ciry'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 Contractar 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.
The need for more than 1 resubmission or any other delay in obtaining City's review of
submittals, wi11 not entitle the Contractor to an extension of Contract Time.
7. Parrial Submittals
a. Ciry reserves the right to not review submittals deemed partial, at the City's discretion.
b. Submittals deemed by the City to be not complete will be returned to the Contractor, and
will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the Contractor to
the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to constitute a
change to the Contract Documents, then written notice must be provided thereof to the
Developer at least 7 Calendar Days prior to release for manufacture.
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
013300-7
DAP SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the Contractor
may carry out the construction in accordance therewith and no further changes therein
except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following
receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to,
complete units of the standard of acceptance for that type of Work to be used on the Project.
Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E. Cerriiication
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. Suf�cient information shall be attached to permit a written response without further
information.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
H. PART 3- EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
013300-8
DAP SUBMITTALS
Page 8 of 8
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised August 30, 2013
006219-1
DAP Standard City Conditions Of The Construction For Developer Awarded Projects
Page 1 of 7
1
2
3
SECTION O1 35 13
SPECIAL PROJECT PROCEDURES
[Text in Blue is for informc�tion or guidance. Remove all blue text in the fznal project document.J
4 PART4- GENERAL
5 4.1 SUMMARY
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
A. Section Includes:
1. The procedures for special project circumstances that includes, but is not limited to:
a. Coordination with the Texas Department of Transportation
b. Work near High Voltage Lines
c. Confined Space Entry Program
d. Air Pollution Watch Days
e. Use of Explosives, Drop Weight, Etc.
£ Water Department Notification
g. Public Notification Prior to Beginning Construction
h. Coordination with United States Army Corps of Engineers
i. Coordination within Railroad permits areas
j. Dust Control
k. Employee Parking
l. {Coordination with North Central Texas Council of�Governments Clean ConstYuction
Specificatio�� [rernove if not i�eyztiredJ}
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 33 12 25 — Connection to Existing Water Mains
28 4.2 REFERENCES
29
30
31
32
33
34
35
36
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this Speci�cation, unless
a date is specifically cited.
2. Health and Safery Code, Title 9. Safety, Subtitle A. Public Safery, Chapter 752. High
Voltage Overhead Lines.
3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
Specification
37 4.3 ADMINISTRATIVE REQUIREMENTS
38 A. Coordination with the Texas Department of Transportation
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106195
Revised August, 30, 2013
006219-2
DAP Standard City Conditions Of The Construction For Developer Awarded Projects
Page 2 of 7
1
2
3
4
5
6
7
When work in the right-of-way which is under the jurisdiction of the Texas Department of
Transportation (TxDOT):
a. Notify the Texas Department of Transportation prior to commencing any work therein in
accordance with the provisions of the permit
b. All work performed in the TxDOT right-of-way shall be performed in compliance with
and subject to approval from the Texas Department of Transportation
B. Work near High Voltage Lines
8 1. Regulatory Requirements
9 a. All Work near High Voltage Lines (more than 600 volts measured between conductors
10 or between a conductor and the ground) shall be in accordance with Health and Safety
11 Code, Title 9, Subtitle A, Chapter 752.
12 2. Warning sign
13 a. Provide sign of sufficient size meeting all OSHA requirements.
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to
commencing.
2) Minimum 24 hour public notification in accordance with Section O1 31 13
44 E. Water Department Coordination
3. Equipment operating within 10 feet of high voltage lines will require the following safety
features
a. Insulating cage-type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the safety
requirements of the owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and record action
taken in each case.
�
c.
Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the
lines
No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with OSHA
requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for Confined
Spaces
D. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106195
Revised August, 30, 2013
006219-3
DAP Standard City Conditions Of The Construction For Developer Awarded Projects
Page 3 of 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
F
1. During the construction of this project, it will be necessary to deactivate, for a period of
time, existing lines. The Contractor shall be required to coordinate with the Water
Department to determine the best times for deactivating and activating those lines.
2. Coordinate any event that will require connecting to or the operation of an existing City
water line system with the City's representative.
a. Coordination shall be in accordance with Section 33 12 25.
b. If needed, obtain a hydrant water meter from the Water Department for use during the
life of named project.
c. In the event that a water valve on an existing live system be turned off and on to
accommodate the construction of the project is required, coordinate this activity through
the appropriate City representative.
1) Do not operate water line valves of existing water system.
a) Failure to comply will render the Contractor in violarion of Texas Penal Code
Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor will be
prosecuted to the full extent of the law.
b) In addition, the Contractor will assume all liabilities and responsibilities as a
result of these actions.
Public Notification Prior to Beginning Construction
Prior to beginning construction on any block in the project, on a block by block basis,
prepare and deliver a notice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction. The notice shall be prepared as
follows:
a. Post notice or flyer 7 days prior to beginning any construction activity on each block in
the project area.
1) Prepare flyer on the Contractor's letterhead and include the following information:
a) Name of Project
b) City Project No (CPN)
c) Scope of Project (i.e. rype of construction activity)
d) Actual construction duration within the block
e) Name of the contractor's foreman and phone number
� Name of the Ciry's inspector and phone number
g) City's after-hours phone number
2) A sample of the `pre-construction notification' flyer is attached as Exhibit A.
3) Submit schedule showing the construction start and finish time for each block of the
project to the inspector.
4) Deliver flyer to the City Inspector for review prior to distribution.
b. No construction will be allowed to begin on any block until the flyer is delivered to all
residents of the block.
G. Public Notification of Temporary Water Service Interruption during Construction
1. In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construction, prepare and deliver a notice or flyer of the pending
interruption to the front doar of each affected resident.
2. Prepared notice as follows:
a. The notification or flyer shall be posted 24 hours prior to the temporary interruption.
b. Prepare flyer on the contractor's letterhead and include the following information:
1) Name of the project
2) City Project Number
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106195
Revised August, 30, 2013
006219-4
DAP Standard City Conditions Of The Construction For Developer Awarded Projects
Page 4 of 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notification is attached as Exhibit
B.
d. Deliver a copy of the temporary interruption notification to the City inspector for review
prior to being distributed.
e. No interruption of water service can occur until thc flyer has been dclivcred to all
affected residents and businesses.
£ Electronic versions of the sample flyers can be obtained from the Project Construction
Inspector.
H. Coordination with United States Army Corps of Engineers (USACE)
1. At locations in the Project where construction activities occur in areas where USACE
permits are required, meet all requirements set forth in each designated permit.
I. Coordination within Railroad Permit Areas
At locations in the project where construction activities occur in areas where railroad permits
are required, meet all requirements set forth in each designated railroad permit. This
includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
£ Other employees required to protect the right-of-way and property of the Railroad
Company from damage arising out of and/or from the construction of the project.
Proper utility clearance procedures shall be used in accordance with the permit
guidelines.
2. Obtain any supplemental information needed to comply with the railroad's requirements.
J. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
K. Employee Parking
1. Provide parking for employees at locations approved by the City.
L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean
Construction Specification [if required for the project]
1. Comply with equipment, operational, reporting and enforcement requirements set forth in
NCTCOG's Clean Construction Specification.}
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106195
Revised August, 30, 2013
ooba�9-s
DAP Standard City Conditions Of The Construction For Developer Awarded Projects
Page 5 of 7
1
2
3
4
5
6
7
8
�
4.4 SUBMITTALS [NOT USED]
4.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
4.6 CLOSEOUT SUBMITTALS [NOT USED]
4.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4.8 QUALITY ASSURANCE [NOT USED]
4.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
4.10 FIELD [SITE] CONDITIONS [NOT USED]
4.11 WARRANTY [NOT USED]
PART 5 - PRODUCTS [NOT USED]
10 PART 6- EXECUTION [NOT USED]
11
12
�
IDATE NAME
8/31/2012 D.Johnson
I
13
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.3.B — Added requirement of compliance with Health and Safery Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106195
Revised August, 30, 2013
006219-6
DAP Standard City Conditions Of The Construction For Developer Awarded Projects
Page 6 of 7
1
2
3
4
5
6
7
8
9
10
11
12
13
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
EXHIBIT A
(To be printed on Contractor's Letterhead)
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,
OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS
NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE,
PLEASE CALL:
Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN ]06195
Revised August, 30, 2013
006219-7
DAP Standard City Conditions Of The Construction For Developer Awarded Projects
Page 7 of 7
1
2
EXHIBIT B
FORTWORTH
�:
�� �o. �
�,� �:
I�OTICE OF TEMPORARY WATER SEltVICE
II�I?ERRtIPTIOI�I
DUE TO UTILITY IMPROVEMF.NTS IN YOLTR NEIGI�$ORHOOD, YOUR
WA'i'ER SERVICE WILL BE TiVT�RRUPTED ON
BETWEEN THE HOURS OF AND .
IF YOU I3AVE QUESTIONS ABOUT THIS SHUT-CIUT, PLEASE CALL:
MR. AT
(COiVTRACTORS SUPERINTENDENT) ('I'Ef.EPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE A5 SHOR'I' AS POSSIBLE.
7'HANK YOU,
,CONTRACTOR
3
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 106195
Revised August, 30, 2013
O1 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION O1 45 23
TESTING AND INSPECTION SERVICES
PART 1 - GENERAL
A. 11 SUMMARY
B. Section Includes:
1. Testing and inspection services procedures and coordination
C. Deviations from this City of Fort Worth Standard Specification
1. None.
D. 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
E. 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 a11
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]
F. 1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another form of
distribution approved by the Ciry.
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised March 20, 2020
O1 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
Ciry 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 Contractar
G. 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 wark 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]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
H. PART 3- EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
Removed reference to Buzzsaw and noted that electronic submittals be uploaded
03/20/2020 D.V. Magana
through the City's document management system.
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised March 20, 2020
o�s000-�
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION Ol 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
A. 11 SUMMARY
B. Section Includes:
1. Provide temporary facilities and controls needed for the Work including, but not necessarily
limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
C. Deviations from this City of Fort Worth Standard Specification
1. None.
D. 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
E. 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]
F. 1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities having
jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be performed
and for specified tests of piping, equipment, devices or other use as required for the
completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic consumption by
Contractor personnel and Ciry's Project Representatives.
c. Coordination
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised JULY 1, 2011
o� s000-a
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
1) Contact City 1 week before water for construction is desired
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighring
a. Provide and pay for electric powered service as required for Work, including testing of
Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to maintain
operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel and others
performing wark or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local deparhnents of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in
accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above
ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification, inspection and
inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from temporary and
existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract documents
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS CPN 106195
Revised JULY 1, 2011
O1 5000-3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
E. Dust Control
1. Contractor is responsible for maintaining dust control through the duration of the project.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due to
weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
G. 3.4 INSTALLATION
A. Temporary Facilities
L Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD �ox] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised JULY 1, 2011
O1 5000-4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
H. 3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
1. Remove all temporary facilities and restore area after completion of the Work, to a condition
equal to or better than prior to start of Work.
312 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
I. 3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised JULY 1, 2011
O15526-I
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
SECTION Ol 55 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART 1 - GENERAL
A. 1.1 SUMMARY
B. Section Includes:
Administrative procedures for:
a. Street Use Permit
b. Modifcation of approved traffic control
c. Removal of Street Signs
C. Deviations from this City of Fort Worth Standard Specification
l. None.
D. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 34 71 13 — Traffic Control
E. 1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid. No separate
payment will be allowed for this Item.
F. 1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this specification, unless
a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
G. 1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
General
a. When traffic control plans are included in the Drawings, provide Traffic Control
in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for review.
1) Allow minimum 10 working days for review of proposed Trafiic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and
Public Works Department.
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised July 1, 2011
O15526-2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days for permit review.
2) Contractor's responsibiliry to coordinate review of Traffic Control plans for Street
Use Permit, such that construction is not delayed.
C. Modi�cation to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and Public Works
Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact City
Transportation and Public Works Department, Signs and Markings Division to remove the
sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices
(MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be reinstalled,
contact the City Transportation and Public Warks Department, Signs and Markings
Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised July 1, 2011
OL 5526-3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
H. PART 3- EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised July 1, 2011
015713-1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION O1 57 13
STORM WATER POLLUTION PREVENTION
A. PART 1 - GENERAL
B. 11 SUMMARY
C. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
D. Deviations from this City of Fort Worth Standard Specification
1. None.
E. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 31 25 00 — Erosion and Sediment Control
F. 1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
G. 1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this Specification,
unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls
H. 1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated with
compliance to Stormwater Pollution Prevention Plan.
B. Construction Activities resulting in:
CITY OF FORT WORTH North Stockyards Mixed Usc
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised July 1, 2011
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 3926088.
2) Provide erosion and sediment control in accordance with:
a)
b)
c)
d)
e)
Section 31 25 00
The Drawings
TXR150000 General Permit
SWPPP
TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Warks,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide
erosion and sediment control in accordance with:
a)
b)
c)
d)
e)
Section 31 25 00
The Drawings
TXR150000 General Permit
SWPPP
TCEQ requirements
4) Once the project has been completed and all the closeout requirements of TCEQ
have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
I.
1.5 SUBMITTALS
A. SWPPP
Submit in accordance with Section O1 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as
follows:
1) 1 copy to the Ciry Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH North Stockyards Mixed Usc
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised July 1, 2011
01 57 13 - 3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modiiied SWPPP
1. If the SWPPP is revised during construction, resubmit modi�ed SWPPP to the City in
accordance with Section O1 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
J. PART 3- EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH North Stockyards Mixed Usc
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised July 1, 2011
O 1 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
SECTION O1 60 00
PRODUCT REQUIREMENTS
PART 1 - GENERAL
A. 1.1 SUMMARY
B. Section Includes:
1. References for Product Requirements and City Standard Products List
C. Deviations from this City of Fort Worth Standard Specification
1. None.
D. 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]
E. 1.4 ADMINISTRATIVE REQUIREMENTS
A list of City approved products for use is available through the Ciry's website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory
path: 02 - Construction Documents\Standard Products List
A. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the Ciry.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
C. Although a specific product is included on City's Standard Product List, not all products
from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
D. See Section O1 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]
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised March 20, 2020
O 1 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
F. 1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
G. PART 3- EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City's Standard Product List
4/7/2014 M.Domenech Revised for DAP application
Removed reference to Buzzsaw and noted that the City approved products list is
03/20/2020 D.V. Magana accessible through the City's website.
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised March 20, 2020
0��600-�
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 3
SECTION Ol 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
A. 11 SUMMARY
B. 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
C. Deviations from this City of Fort Worth Standard Specification
1. None.
D. 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
E. 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]
F. 110 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 North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
016600-2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 3
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or environmental
damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations and requirements of
these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent damage
to any part of Wark or existing facilities and to maintain free access at all times to all
parts of Wark 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 Ciry's Project Representative.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
016600-3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 3
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
G. 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
l. 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]
310 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
H. 3.12 PROTECTION
A. Protect all products ar 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]
I. 314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
O17000-I
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
SECTION O1 70 00
MOBILIZATION AND REMOBILIZATION
PART 1 - GENERAL
A. 1.1 SUMMARY
B. Section Includes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies to the
Site
2) Establishment of necessary general facilities for the Contractar's operation at the
Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operating supplies to
another location within the designated Site
5) Relocation of necessary general facilities for the Contractor's operation from 1
location to another location on the Site.
b. Demobilization
1) Transportation of Contractar's personnel, equipment, and operating supplies away
from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilizarion do not include activities for specific items of work
that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnel, equipment, and operating supplies
from the Site including disassembly or temporarily securing equipment,
supplies, and other facilities as designated by the Contract Documents
necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor's personnel, equipment, and operating supplies to
the Site necessary to resume the Work.
b) Establishment of necessary general facilities far the Contractor's operation at
the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the Site in
the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
O17000-2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personnel, equipment, and operating supplies to
the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor's operation at
the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating supplies
from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for each Work
Oder
b. Mobilization and Demobilization do not include activities for specific items of work for
which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
C. Deviations from this City of Fort Worth Standard Specification
1. None.
D. 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
E. 1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item are
subsidiary to the various Items bid and no other compensation will be allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price per
each "Specified Remobilization" in accordance with Contract Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 11.A.2.a.2)
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
OL 7000-3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
d. No payments will be made for standby, idle time, or lost profits associated this Item.
Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10 of
Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated with this
Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Wark performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price per
each "Work Order Mobilization" in accordance with Contract Documents.
Demobilization shall be considered subsidiary to mobilization and shall not be paid
for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price per
each "Wark Order Emergency Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization and
shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
O17000-4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
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]
F. PART 3- EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
017123-1
DAP CONSTRUCTION STAKING AND SURVEY
Page 1 of 4
SECTION Ol 71 23
CONSTRUCTION STAKING AND SURVEY
PART 1 - GENERAL
A. 11 SUMMARY
B. Section Includes:
1. Requirements for construction staking and construction survey
C. Deviations from this City of Fort Worth Standard Specification
1. None.
D. 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
E. 1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this Item are
subsidiary to the various Items bid and no other compensation will be allowed.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this Item are
subsidiary to the various Items bid and no other compensation will be allowed.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
F. 1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section O1 33 00.
B. All submittals shall be approved by the City prior to delivery.
G. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Certificates
1. Provide certificate certifying that elevations and locations of improvements are in
conformance or non-conformance with requirements of the Contract Documents. a.
Certificate must be sealed by a registered professional land surveyor in the State of Texas.
B. Field Quality Control Submittals
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
017123-2
DAP CONSTRUCTION STAKING AND SURVEY
Page 2 of 4
1. Documentation verifying accuracy of �eld engineering work.
1.7 CLOSEOUT SUBMITTALS [NOT USED�
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
H. 1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the City.
2. Coordination
a. Contact City's Project Representative at least 2 weeks in advance far scheduling of
Construction Staking.
b. It is the Contractor's responsibiliry to coordinate staking such that construction
activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes furnished by City.
b. If in the opinion of the City, a sufficient number of stalces or markings have been lost,
destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot
take place, then the Contractor will be required to pay the City for new staking with a
25 percent markup. The cost for staking will be deducted from the payment due to the
Contractor for the Project.
B. Construction Survey
1. Construction Survey will be performed by the Ciry.
2. Coordination
a. Contractor to verify that control data established in the design survey remains intact.
b. Coordinate with the City prior to field investigation to determine which horizontal and
vertical control data will be required for construction survey.
c. It is the Contractor's responsibiliry to coordinate Construction Survey such that
construction acrivities are not delayed or negatively impacted.
d. Notify City if any control data needs to be restored or replaced due to damage caused
during construction operations.
1) City shall perform replacements and/or restorations.
3. General
a. Construction survey will be performed in order to maintain complete and accurate logs
of control and survey work as it progresses for Project Records.
b. The Contractor wi11 need to ensure coordination is maintained with the City to perform
construction survey to obtain construction features, including but not limited to the
following:
1) All Utility Lines
a) Rim and flowline elevations and coordinates for each manhole or junction
structure
2) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following locations:
(1) Every 2501inear feet
(2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings)
(3) Cathodic protection test stations
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
017123-3
DAP CONSTRUCTTON STAKING AND SURVEY
Page 3 of 4
c
�
(4) Sampling stations
(5) Meter boxes/vaults (All sizes)
(6) Fire lines
(7) Fire hydrants
(8) Gate valves
(9) Plugs, stubouts, dead-end lines
(10) Air Release valves (Manhole rim and vent pipe)
(11) Blow off valves (Manhole rim and valve lid)
(12) Pressure plane valves
(13) Cleaning wyes
(14) Casing pipe (each end)
b) Storm Sewer
(1) Top of pipe elevations and coordinates at the following locations:
(a) Every 2501inear feet
(b) Horizontal and vertical points of inflection, curvature, etc.
c) Sanitary Sewer
(1) Top of pipe elevations and coordinates for sanitary sewer lines at the
following locations:
(a) Every 2501inear feet
(b) Horizontal and vertical points of inflection, curvature, etc.
(c) Cleanouts
Construction survey will be performed in order to maintain complete and accurate logs
of control and survey work associated with meeting or exceeding the line and grade
required by these Specifications.
The Contractor will need to ensure coordination is maintained with the City to perform
construction survey and to verify control data, including but not limited to the
following:
1) Established benchmarks and control points provided for the Contractor's use are
accurate
2) Benchmarks were used to furnish and maintain all reference lines and grades for
tunneling
3) Lines and grades were used to establish the location of the pipe
4) Submit to the City copies of field notes used to establish all lines and grades and
allow the City to check guidance system setup prior to beginning each tunneling
drive.
5) Provide access for the City to verify the guidance system and the line and grade of
the carrier pipe on a daily basis.
6) The Contractor remains fully responsible for the accuracy of the work and the
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe joint and
submit daily records to City.
9) If the installation does not meet the specified tolerances, immediately notify the
City and correct the installation in accordance with the Contract Documents.
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
017123-4
DAP CONSTRUCTION STAKING AND SURVEY
Page 4 of 4
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
I. 3.7 FIELD [oR] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City
in accordance with this Specification.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
311 CLOSEOUT ACTIVITIES [NOT USED]
312 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
J. 3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
O17423-I
DAP CLEANING
Page 1 of 4
SECTION O1 74 23
CLEANING
A. PART 1 - GENERAL
B. 11 SUMMARY
C. Section Includes:
1. Intermediate and fnal cleaning for Work not including special cleaning of closed systems
specified elsewhere
D. Deviations from this City of Fort Worth Standard Specification
l. None.
E. 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
F. 1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
l. 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]
G. 1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning
process will not fa11 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]
H. 1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for those
materials.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
CITY OF FORT WORTH North Stockyards Mixed Usc
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
O17423-2
DAP CLEANING
Page 2 of 4
1.12 WARRANTY [NOT USED]
I. PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED]
J. 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]
K. PART 3 - EXECUTION
31 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]
L. 310 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.
6. Handle materials in a controlled manner with as few handlings as possible.
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
O17423-3
DAP CLEANING
Page 3 of 4
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
L Keep Work areas clean so as not to hinder health, safety or convenience of personnel in
existing facility operarions.
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 fnish 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. Exteriar (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 accardance 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 traffc along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction
boxes and inlets.
4. If no longer required far 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]
313 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
O17423-4
DAP CLEANING
Page 4 of 4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
o� �� i9 - �
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
SECTION O1 77 19
CLOSEOUT REQUIREMENTS
A. PART 1 - GENERAL
B. 11 SUMMARY
C. Section Includes:
1. The procedure for closing out a contract
D. Deviations from this City of Fort Worth Standard Specification
1. None.
E. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
F. 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]
G. 1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds, certificates,
licenses and affidavits required for Work or equipment as specified are satisfactorily filed
with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of release of
liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Project Representative.
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
H. PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
o� �� i9-z
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
3.3 PREPARATION [NOT USED]
I. 3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
l. Project Record Documents in accordance with Section Ol 78 39
2. Operation and Maintenance Data, if required, in accordance with Section Ol 78 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74
23.
C. FinalInspection
1. After fnal cleaning, provide notice to the City Project Representative that the Work is
completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in writing
within 10 business days, of any particulars in which this inspection reveals that the
Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work required to
remedy deficiencies and complete the Work to the satisfaction of the City.
3. Upon completion of Work associated with the items listed in the City's written notice,
inform the City, that the required Work has been completed. Upon receipt of this notice,
the City, in the presence of the Contractor, will make a subsequent Final Inspection of the
proj ect.
4. Provide all special accessories required to place each item of equipment in full operation.
These special accessory items include, but are not limited to: a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
£ Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all equipment
D. Notice of Project Completion
1. Once the City Project Representative finds the Work subsequent to Final Inspection to be
satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the Ciry Project Representative to complete the following additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Aff davit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
£ Contractor's Evaluation of Ciry
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
01 77 19 - 3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of Final
Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
310 CLEANING [NOT USED]
311 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
J. 3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
017823-1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION Ol 78 23
OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
A. 1.1 SUMMARY
B. 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
C. Deviations from this City of Fort Worth Standard Specification
1. None.
D. 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
E. 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]
F. 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.
G. 1.5 SUBMITTALS
A. Submittals shall be in accordance with Section Ol 33 00. All submittals shall be approved by the
City prior to delivery.
H. 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'/z inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
017823-2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
c. Text: Manufacturer's printed data, or neatly typewritten
d. Drawings
1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings
and fold to size of text pages.
f. 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.
g. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE 1NSTRUCTIONS".
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
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) Loca1 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 sequencc of instructions of cach procedure.
CITY OF FORT WORTH North Stockyards Mixed Usc
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
017823-3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
5. Copy of each warranty, bond and service contract issued a. Provide
information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designarions
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. Seroicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
£ Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
017823-4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
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
£ 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]
I. 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
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
017823-5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1— title of section removed
4/7/2014 M.Domenech Revised for DAP Application
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
017839-1
DAP PRO.TECT RECORD DOCUMENTS
Page 1 of 4
SECTION Ol 78 39
PROJECT RECORD DOCUMENTS
A. PART 1 - GENERAL
B. 11 SUMMARY
C. Secrion 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
D. Deviations from this City of Fort Worth Standard Specification
1. None.
E. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
F. 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]
G. 1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documcnts 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]
H. 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 pocuments
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 North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
01 78 39 - 2
DAP PRO.TECT 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.
I. 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]
J. PART 2 - PRODUCTS
21 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
K. 2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the Ciry, 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]
L. PART 3 - EXECUTION
31 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
M. 3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
01 78 39 - 3
DAP PRO.TECT RECORD DOCUMENTS
Page 3 of 4
l. Immediately upon receipt of the job set, identify each of the Documents with the title,
"RECORD DOCUMENTS - JOB SET".
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.
Coordination with Construction Survey
a. At a minimum clearly mark any deviations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change
by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a"cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping changes.
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 dimcnsion 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 verticallocation of the Item ("under slab", "in ceiling
plenum", "exposed", and the like).
3) Make a11 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.
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
01 78 39 - 4
DAP PRO.TECT RECORD DOCUMENTS
Page 4 of 4
b. Clearly indicate at each affected detail and other Drawing a full description of changes
made during construction, and the actual location of items.
c. Call attention to each entry by drawing a"cloud" around the area or areas affected.
d. Make changes neatly, consistently and with the proper media to assure longevity and
clear reproduction.
2. Transfer of data to other pocuments
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 fnal 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]
311 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
N. 3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP Application
CITY OF FORT WORTH North Stockyards Mixed Use
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106195
Revised Apri17, 2014
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
" From Original Standard Products List
GC-4.01 Availability of Lands
THIS PAGE LEFT INTENTIONALLY BLANK
* From Original Standard Products List
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
* From Original Standard Products List
�
.�r�;�' '��'�� :;i�"
,,
•i� ��„�: �.
� .., r�z
�,�f� �bi ;�'�'.� 'i
:' � :
:. ,� �� ;f: �,i�,� ,�
�� .;, ��,�,���i..�,?�.►��; ;�
<�': " ,.� �'l���•,�1�� :�
� ; �
' �r ����_ '.
_ �� §
. ck` " ` ---� ''�'Iu . �r� . :�'
' . . :..+� �w ,;� ' i, r .
., r+
au�s • `..i-�.: ' ��:.F��.�. '{' i � ���r
� p ' }, �y'�y 4.
li� '�� . ����..��:ti.r
��
ECS Southwest, LLP
Geotechnical Engineering Report
Stockyards Main Apartments
NEC North Main Street & 29t" Street
Fort Worth, Texas
ECS Project Number 63:2190
J u ly 29, 2025
�
��E C S S O U T H W E S T, L L P TX Registered Engineering No. F-8461
� • • •
�eotechnical Construction Materials Environmental Facilities
July 29, 2025
Mr. Jacob Carmical
OGC SN Multifamily, LP
2800 South Texas Avenue, Suite 401
Bryan, Texas 77802
Reference: Geotechnical Engineering Report
Stockyards Main Apartments
NEC North Main Street & 29th Street
Fort Worth, Texas
Dear Mr. Carmical
ECS Project No. 63:2190
ECS Southwest, LLP (ECS) has completed the subsurface exploration, laboratory testing, and geotechnical
engineering analyses for the referenced project. Our geotechnical services were performed in general
accordance with the agreed scope of services. This report presents our understanding of the geotechnical
aspects of the project along with the results of the field exploration and laboratory testing, and our
geotechnical design and construction recommendations.
It has been our pleasure to be of service to OGC SN Multifamily, LP during the geotechnical phase of this
project. We would appreciate the opportunity to remain involved during the continuation of the design
phase, and to provide our services during the construction phase to verify the subsurface conditions
assumed for this report. Should you have any questions concerning the information contained in this
report, or if we can be of further assistance, please contact us.
Respectfully submitted,
ECS Southwest, LLP
_ �
� ��
Eric M. Hollabaugh, P.E.
�_����>�0\
� � 0 F �-��` �
� �� P.
v � . 9 ��+�t
. m
a .
%...o..a.o..a...00.o..00.oem., �
� ERIC M. HOLL,4BAUGH e �
�.�o e..,....o.e..e..o.e.oe.¢-A
120829
�0/ Ao,� . ��� �p�,: ����
Geotechnical Associate Principal `��4s,������°��a���
EHollabau�h(a�ecslimited.com ����\00���4
� �
� �
� ��: ��
Richard E. Webb, P.E.
Geotechnical Principal Engineer
rewebb(a�ecslimited.com
The electronic seal on this document was authorized by Eric M. Hollabaugh, P.E. No. 120829, on luly 29, 2025.
2621 WHITE SETTLEMENT ROAD, FORT WORTH, TX 76107 • T: (682) 350-2250
ECS Florida, LLC • ECS Mid-Atlantic, LLC • ECS Midwest, LLC • ECS Pacific, Inc. • ECS Southeast, LLC • ECS Southwest, LLP
ECS New York Engineering, PLLC — An Associate of ECS Group of Companies • www.ecslimited.com
"ONE FIRM. ONE MISSION."
Stockyards Main Apartments
ECS Project No. 63:2190
TABLE OF CONTENTS
luly 29, 2025
EXECUTIVESUMMARY .......................................................................................................................1
1.0 INTRODUCTION .....................................................................................................................2
2.0 PROJECT INFORMATION .........................................................................................................3
2.1 Project Location/Current Site Use ...............................................................................................3
2.2 Proposed Construction ................................................................................................................ 3
3.0 FIELD EXPLORATION AND LABORATORY TESTING ...................................................................4
3.1 Field Exploration Procedure ........................................................................................................4
3.2 Subsurface Characterization ........................................................................................................4
3.3 Existing Fill ...................................................................................................................................5
3.4 Groundwater Observations .........................................................................................................5
3.5 Laboratory Testing ....................................................................................................................... 6
4.0 DESIGN RECOMMENDATIONS ................................................................................................7
4.1 Potential Vertical Movements .....................................................................................................7
4.2 Subgrade Improvement ...............................................................................................................8
4.3 Foundations .................................................................................................................................8
4.3.1 Monolithic Slab-On-Grade (PTI Design Considerations) .....................................................8
4.3.2 Straight Drilled Shafts — Axial Design Parameters .............................................................. 9
4.3.3 Straight Drilled Shafts — Lateral Design Parameters .........................................................10
4.3.4 Grade Beams/Pier Caps ....................................................................................................10
4.3.5 Shallow Footings — Design Parameters .............................................................................11
4.3.6 Shallow Foundations — Construction Considerations .......................................................11
4.3.7 Shallow Foundations — General ........................................................................................12
4.4 Floor Slab Systems .....................................................................................................................12
4.5 Building Perimeter Conditions ...................................................................................................13
4.6 Seismic Design Considerations ..................................................................................................13
4.6.1 Seismic Site Classification .................................................................................................13
4.6.2 Ground Motion Parameters ..............................................................................................14
4.7 Pavements .................................................................................................................................14
4.8 Retaining Walls ..........................................................................................................................17
5.0 SITE CONSTRUCTION RECOMMENDATIONS ..........................................................................19
5.1 Subgrade Preparation ................................................................................................................19
5.1.1 Stripping and Grubbing .....................................................................................................19
5.1.2 Proofrolling .......................................................................................................................19
5.2 Earthwork Operations ............................................................................................................... 20
5.3 Material Specifications .............................................................................................................. 20
5.3.1 Moisture Conditioning ......................................................................................................20
5.3.2 Select Fill ...........................................................................................................................21
5.3.3 Flexible Base .....................................................................................................................21
5.3.4 Lime Treated Clay ............................................................................................................. 21
5.4 Foundation and Slab Observation .............................................................................................21
5.5 Utility Installation ......................................................................................................................21
5.5.1 Utility Subgrade ................................................................................................................21
Stockyards Main Apartments
ECS Project No. 63:2190
luly 29, 2025
5.5.2 Utility Backfill ....................................................................................................................21
5.5.3 Excavation Safety ..............................................................................................................22
6.0 CLOSING ..............................................................................................................................23
APPENDICES
Appendix A — Drawings & Reports
• Site Location Diagram
• Boring Location Diagram
• Subsurface Cross Section
• Geologic Survey Map
Appendix B — Field Operations
• Reference Notes
• Boring Logs
Appendix C — Laboratory Testing
• Laboratory Testing Summary
Appendix D— Other Supplemental Documents
• WinPAS Pavement Design Analysis
• Utility Trench Clay Plug Schematic
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 1
EXECUTIVE SUMMARY
The following points summarize the main findings of this exploration, particularly those that may impact
cost or schedule for the proposed development. The Executive Summary is a brief overview of the primary
geotechnical conditions potentially affecting design and construction. Information gleaned from the
executive summary should not be utilized in lieu of reading the entire geotechnical report.
• Fourteen of the 19 borings encountered undocumented fill from the ground surface to depths of
approximately 1 to more than 20 feet. The fill generally consisted of sandy lean clay and clayey
sand containing various amounts of gravel, cobble, and rubble. The remaining borings
encountered fat clay, sandy lean clay, and weathered limestone to depths of approximately 5 to
more than 20 feet. Below the upper soils, the borings encountered native clay, tan weathered
limestone, and/or gray limestone to the planned termination depths of 5 to 20 feet.
• Groundwater was observed in Borings B-5 and B-9 at depths of approximately 17 to 19 feet during
drilling and upon completion. Groundwater was not observed in the remaining borings during or
upon completion of drilling.
• Based on the subsurface conditions encountered in the borings, the potential vertical soil
movement (PVM) at this site is estimated to range from approximately 1 to 4 inches. Subgrade
treatment within portions of the building pads will be necessary to reduce the PVM to
approximately 1 inch or less.
• Provided that the subgrade is prepared as recommended in this report, slab foundations bearing
in new fill, native soils, and/or weathered limestone may also be used to support the proposed
residential structures. Floor slabs can be grade-supported, provided that some floor movement
can be tolerated.
• Retaining walls may be supported on native soils or compacted fill. Retaining walls should not
bear on or above existing fill. Retaining walls may also be supported on drilled shaft foundations
bearing in tan weathered limestone or gray limestone.
• The traffic counts for the private drives are not known. Both asphalt pavement and portland
cement concrete pavement can be considered for automobile parking lots and drives. We should
be contacted for more specific recommendations if actual traffic counts are more than the
allowable traffic counts provided in the report. The extension of East 30t" Street should be
constructed according to applicable City of Fort Worth pavement design standards.
• We recommend ECS conduct a geotechnical review of the project plans (prior to issuance for
construction) to ensure ECS' geotechnical recommendations have been properly interpreted and
implemented.
• To prevent misinterpretation of ECS recommendations, ECS should be retained to perform quality
control testing, observation, and documentation during earthwork and foundation construction.
Stockyards Main Apartments
ECS Project No. 63:2190
1.0 INTRODUCTION
luly 29, 2025
Page 2
The purpose of this study is to provide geotechnical information for the design and construction of
foundations, floor slabs, paving, earthwork, retaining walls, and utilities for a new multifamily residential
development. The recommendations in this report are based on project information provided by the
client. Our geotechnical services were provided in general accordance with ECS Proposal No. 63:3731,
revised February 13, 2025, authorized on February 13, 2025, which includes our Terms and Conditions of
Service.
This report contains the procedures and results of our subsurface exploration and laboratory testing
programs, review of existing site conditions, engineering analyses, and recommendations for the design
and construction of the project.
The report includes the following items.
• A brief review and description of our field and laboratory test procedures and test results.
• A review of surface topographical features and site conditions.
• A review of area and site geologic conditions.
• A review of subsurface soil stratigraphy with pertinent available physical properties.
• Soil boring logs.
• Recommendations for foundations.
• Recommendations for floor slabs.
• Recommendations for site preparation and construction of compacted fills, including an evaluation
of on-site soils for use as compacted fills.
• Recommendations for preparation of pavement subgrades and suggested concrete and asphalt
pavement sections.
• Recommendations for design and construction of retaining walls.
• Recommendations for Seismic Site Classification according to the International Building Code (IBC).
Stockyards Main Apartments
ECS Project No. 63:2190
2.0 PROJECT INFORMATION
2.1 Project Location/Current Site Use
luly 29, 2025
Page 3
The project is located at the northeast corner of the intersection of North Main Street and 29th Street in
Fort Worth, Texas. The approximately 10-acre site has been previously developed. At the time of the field
exploration, the former structures had been removed. Topographic information provided by the client
indicates that the site generally slopes downward from the west to the east with ground surface
elevations ranging from approximately 620 to 588 feet. The general site location is shown below and on
the Site Location Diagram in Appendix A.
,. ��..,:
�.,. �, _
• � 'T iP .
�: ,�= �w
� ,'j� � � .
- � . - �' :` -�� �
. ,'�. : +��' _ '
� ..-- .x _.
i_
S , � 5"
'� A
[� Y���: • ► �
�`� •� ,4
��' . �� �,y� ,'
' �, �,._ .�
I� � , =.; � � � .
��. �� � �- � �`
.� �f�-.' t�
- '�*;''°; - "#+
.� � � :�
,-'ind �;, .
1 � ^.,
".� -� . ' � ": R't.
� ' `1
��� I /r ' `, � '.
+ � �� �� �
.!�-��'�`_ -� .� r,,�{ ��
�� / '���� ' R�' L" � . .�'.^ • # �
■ '�M�-'�.�►�► �
2.2 Proposed Construction
p` ��
R' 1 � r•
''�`, �.
�f �
� - .
Y �� �
1! ` � i� �
�, ' � �� ;}�� :��t-
� ��,,,;���.\ , +_ ;
_ �. � . M _ �_�.�.��.: � _� �_'
�� � �' .! ���� �� �-�'�.��� ���E
We understand the proposed development will include a new multifamily residential development
containing four 4-level, wood-framed structures with footprints ranging from approximately 20,000 to
29,000 square feet, along with associated paved parking and drive areas. We estimate maximum column
loads of approximately 200 kips. Preliminary grading plans indicate that grading within the building
footprints will require up to approximately 5 feet of cut and/or fill. In addition, retaining walls up to
approximately 15 feet tall are planned. An eastward extension of East 30th Street is also planned. If our
understanding of the project is incorrect, please contact ECS so that we may review the changes and revise
our recommendations as appropriate.
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 4
3.0 FIELD EXPLORATION AND LABORATORY TESTING
3.1 Field Exploration Procedure
The field exploration was performed to characterize subsurface conditions at the site in general
geotechnical terms and to evaluate field and laboratory data to provide geotechnical design and
construction recommendations. Subsurface conditions at the site were explored by nineteen (19) borings
performed to depths of approximately 5 to 20 feet below existing grades within the proposed building,
pavement, and retaining wall areas. A truck-mounted drilling rig equipped with continuous flight augers
was used to perform the borings.
The sample locations were selected and identified in the field by ECS personnel using a site plan provided
by the client and a hand-held GPS device. The approximate boring locations are indicated on the Boring
Location Diagram in Appendix A. The ground surface elevations at the boring locations were estimated
from grading plans provided by the client. Locations and elevations indicated on the logs were not
measured by a registered surveyor and should be considered accurate only to the extent implied by the
methods used in their determination.
Representative soil samples were obtained using the split-barrel and thin-walled tube sampling
procedures in general accordance with ASTM D1586 and D1587, respectively. In the split-barrel sampling
procedure, a 2-inch O.D. split-barrel sampler is driven 18 inches into the soil using a 140-pound hammer
falling 30 inches. The number of blows required to drive the sampler through the final 12-inch interval is
called the Standard Penetration Test blow count (SPT N-value) and is indicated at the sampled depth on
the boring logs. In the thin-walled tube procedure, a nominal 3-inch diameter steel tube with a sharp
cutting edge is hydraulically pushed into the soil to obtain a relatively undisturbed sample.
Texas Cone Penetrometer (TCP) tests were performed to evaluate the integrity and estimate the bearing
capacity of rock and rock-like materials encountered in the borings. Testing was performed in general
accordance with TxDOT method TEX-132-E. Test results are indicated on the boring logs at the test depth.
Field personnel prepared logs of the subsurface conditions encountered during drilling. Samples were
visually classified in the field, sealed to reduce moisture loss, and transported to our laboratory for further
examination and testing. Following completion of drilling, the boreholes were backfilled with auger
cuttings to the ground surface.
3.2 Subsurface Characterization
The near-surface geologic mapping indicates the site is located within the undivided Fort Worth Limestone
and Duck Creek Formation (Kfd). The parent rock of the Fort Worth Limestone consists of alternating
layers of limestone and shale. The Duck Creek Formation typically consists of hard limestone with marl
layers. The unweathered limestone is gray and weathers to tan weathered limestone or into highly plastic
clay soils. These clays typically exhibit high volume change potential with variations in soil moisture levels.
The clays typically range from tan directly above the rock to darker colors near the ground surface and
will have higher shrink/swell tendencies near the surface. A Geologic Survey Map is included in
Appendix A.
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 5
The subsurface conditions encountered in the borings were generally consistent with published geological
mapping. The following sections provide general characterizations of the soil and rock. Please refer to the
boring logs in Appendix B for additional details at specific boring locations.
Subsurface
Approximate Depth to Elevation of Bottom
Bottom of Strata (feet) of Strata(feet)1 Strata Material Description Consistency
1 to 20+
5 to 20+
13 to 20+
20+ z, 3
603 to 572
597 to 574
583 to 574
<576z,3
UNDOCUMENTED FILL: sandy lean clay,
� clayey sand, and sandy fat clay: brown,
gray, and tan, containing various amounts
of sand, gravel, cobble and rubble z
II WEATHERED LIMESTONE: tan
�
�
FAT CLAY and SANDY LEAN CLAY: dark
brown, brown, and tan
LIMESTONE: gray
Very Stiff to
Hard; Loose
to Dense
NA
Stiff to hard
NA
1. Ground surface elevations at the boring locations were estimated from the provided grading plans prepared
by Kimley Horn and dated March 19, 2025.
2. Encountered in Borings B-1, B-2, W-1, and W-2.
3. The borings were terminated within this stratum at the planned depths of 20 feet.
3.3 Existing Fill
Fourteen (14) of the borings encountered approximately 1 to more than 20 feet of fill generally consisting
of sandy lean clay, sandy fat clay, and clayey sand. Organic or other deleterious materials were not
observed in the collected samples; however, these materials could be present within unsampled areas
and depths of the fill. The sampled fill materials appeared to be relatively stiff; however, compaction
testing records for the existing fill were not available. Test pits could be performed prior to and/or during
construction to better define the extents and composition of the existing fill materials.
The sampled fill materials appeared to be relatively stiff; however, undocumented fill is likely to vary in
composition, consistency, and relative density. Foundations, pavements and other structures supported
on, or above undocumented fill may experience increased settlement and associated distress. The
potential for excessive settlement due to existing fill can be reduced by removing and replacing the fill or
using deep foundations bearing in native materials beneath the fill. In addition, test pits can also be
performed to further delineate the extents, depths, and composition of the existing fill, especially within
the proposed building areas.
3.4 Groundwater Observations
Groundwater level observations were made in the borings during and immediately following drilling
operations. The use of auger drilling procedures permits observation of groundwater levels within the
open borehole. Visual observation ofthe recovered soil samples can also be used to evaluate groundwater
conditions. Groundwater was observed in Borings B-5 and B-9 at depths of approximately 17 feet to
19 feet during and at completion of drilling. Groundwater was not observed in the remaining borings
during or upon completion of drilling.
Groundwater levels can vary based on changes in precipitation, evaporation, surface water runoff,
construction activities, and other factors not immediately apparent at the time of site exploration. The
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 6
highest groundwater levels are often observed in late winter and early spring. Groundwater conditions at
this site could be different at the time of construction. The possibility of groundwater level fluctuation
should be considered when developing the design and construction plans for the project.
3.5 Laboratory Testing
Samples were classified for texture and plasticity in general accordance with Visual-Manual Procedures
(ASTM D2488) and the Unified Soil Classification System (USCS) (ASTM D2487) and were grouped
according to the primary classification. Soil symbols and material descriptions are included on the boring
logs in Appendix B. The stratification lines between strata on the logs are approximate; in situ, the
transitions may be gradual.
Classification and index property tests were performed on representative soil samples obtained during
the field exploration. Laboratory testing included moisture content, Atterberg limits, gradation (percent
passing No. 200 sieve), and swell potential. Testing was performed in general accordance with applicable
ASTM procedures. Results of the tests are summarized in Appendix C.
The soil samples will be retained in our laboratory for a period of 60 days, after which, they will be
discarded unless other instructions are received as to their disposition.
Stockyards Main Apartments
ECS Project No. 63:2190
luly 29, 2025
Page 7
4.0 DESIGN RECOMMENDATIONS
The following recommendations have been developed based on the project characteristics and subsurface
conditions described above. If there are any changes to the project or if different subsurface conditions
are encountered or appear to be present during construction, ECS should be contacted and allowed to
review the recommendations of this report. Proposed grading plans indicate that approximately 1 foot of
cut to 4 feet of fill will be required to achieve finished pad elevations. If final grades differ by more than
approximately 2 feet from these elevations, the recommendations in this report should be evaluated by
our office.
In preparing this report, we have reviewed the grading plans prepared by Kimley Horn dated March 19,
2025. Based on the grading plans, the approximate cut and fill at each building are summarized below.
Cut and Fill at Buildin� Borin� Location
Building No.
1
2
4
3
Swimming Pool
FFE (feet)
597.5
594.0
598.5
596.5
596.0
Boring No.
5
6
7
8
1
2
3
4
9
Approximate Grading (feet)
+3.0
+4.0
+2.5
+1.0
+1.5
+2.0
+2.0
+2.0
+3.0
Provided that subgrade preparation is performed as recommended in this report, slab foundations
bearing in new fill, native soils, and/or weathered limestone may be used to support the proposed
residential structures. Floor slabs may be grade-supported on a prepared subgrade if some floor slab
movement can be tolerated. Foundation design parameters are presented below.
Undocumented fill was encountered at 14 of the test boring locations and may vary in composition,
consistency, and relatively density. There is inherent risk of increased settlement and building distress
when constructing over undocumented fill. The design recommendations in this report are intended to
reduce but not eliminate this risk. The risk to buildings, pavements, and other structures supported over
existing fills should be reviewed and understood for this development.
4.1 Potential Vertical Movements
The soils encountered in the borings are moderately to highly expansive. These soils are susceptible to
seasonal shrink and swell occurring with variation in soil moisture levels throughout the life of the
structures. The magnitude of moisture-induced vertical movement calculated using TxDOT Method Tex-
124-E in conjunction with overburden swell tests and our experience with similar soils is estimated to be
about 1 to 4 inches for dry soil conditions. Actual movements could be greater if poor drainage, ponded
water, and/or other sources of moisture are allowed to saturate the soils beneath the structures.
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 8
4.2 Subgrade Improvement
Undocumented fill was encountered at 14 of the test boring locations and is expected to vary in thickness,
composition, consistency, and relatively density. The following subgrade improvement recommendations
will reduce, but not eliminate, inherent risks associated with construction above undocumented fill.
Building pad subgrades should be excavated to a depth of at least 5 feet below final pad elevation. The
exposed subgrade should be scarified to a minimum depth of 6 inches, moisture conditioned and
compacted to at least 95 percent of the maximum dry density with a moisture level 0 to 4 percent above
the optimum moisture content as obtained by the standard Proctor (ASTM D698).
Following recompaction, a triaxial geogrid (similar to Tensar InterAx, H-Series, or TriAx products) should
be placed at the base of the excavation. A minimum of 1 foot of flexible base material should be placed
directly above the geogrid. Flexible base should meet the material and compaction requirements in
Section 5.3.3 Flexible Base. The remainder of the building pad subgrade excavation may consist of select
fill meeting the material and compaction requirements in Section 5.3.2 Select Fill.
Relatively shallow weathered limestone was encountered at some boring locations. If limestone is
encountered within the recommended subgrade overexcavation depth, the excavation may be
terminated. It is not necessary to excavate the limestone to perform the recommended subgrade
improvement.
Subgrade improvements should extend at least 5 feet beyond the building lines, including entrances,
abutting sidewalks, and flatwork areas sensitive movement. Select fill should not be used outside of the
building pad limits. Exterior footing backfill should be placed and compacted to at least 93 percent of the
maximum dry density at a minimum of at least 4 percent above optimum moisture content as obtained
using the standard Proctortest (ASTM D698). Recommendations for moisture conditioning, select fill, lime
treated clay, and flexible base are provided in Section 5.3 Material Specifications of this report.
We recommend that a vapor retarder of polyethylene sheeting or similar material be placed between the
floor slab and the subgrade soils to reduce moisture migration through the slab.
Positive drainage should be provided away from the structures. Surrounding lawn and planter areas should
be irrigated moderately without excessive wetting or drying of soils adjacent to the foundations. Greater
potential movements could occur with extreme wetting or drying of the soils due to ponding of water,
plumbing leaks or lack of irrigation. Recommendations for earthwork operations are found in the "Site
Construction Recommendations" portion of this report.
4.3 Foundations
4.3.1 Monolithic Slab-On-Grade (PTI Design Considerations)
Following the recommended subgrade preparation, the proposed residential structures may be supported
by post-tensioned monolithic slab-on-grade/grade beam foundation systems bearing on improved
subgrade. The PVM of floor slabs supported near existing grades is estimated to range from approximately
1 to 4 inches. The slabs should be designed in accordance the Post-Tensioning Institute (PTI) "Design and
Construction of Post-Tensioned Slabs-On-Ground (3�d Edition)". The following PTI slab-on-grade design
parameters may be used for design of post-tensioned slab foundations bearing on improved subgrade
prepared as recommended Section 4.1.5.
Stockyards Main Apartments
ECS Project No. 63:2190
PTI Desi
Center Lift
Edge Moisture Variation Differential Swell, Ym
Distance, em (feet) (inches)
�
1.0
n Parameters
luly 29, 2025
Page 9
Edge Lift
Edge Moisture Variation Differential Swell, Y,„
Distance, em (feet) (inches)
4.5
1.5
Grade beams may be designed using a net allowable soil bearing pressure of 2,000 psf in improved
subgrade. Grade beams should have a minimum width of 12 inches to reduce the possibility of foundation
bearing failure and excessive settlement due to local shear or punching failures. Grade beams should
extend at least 12 inches and 18 inches below final adjacent grade to utilize this bearing pressure for
interior and exterior beams, respectively. Fills should be sloped to drain surface water away from the
structures.
Relatively shallow weathered limestone was encountered at some boring locations. To reduce the "hinge"
condition associated with foundation support transitioning from soil to rock, footings, grade beams, and
floor slabs should not bear partially in soil and partially in weathered limestone. If weathered limestone
is encountered in only a portion of an excavation at the planned bearing elevation, the excavation should
be extended deeper such that the foundation bears entirely on weathered limestone at the lower
elevation. As an alternative, the excavated limestone may be processed and compacted into the base of
the excavation so that the foundation bears at the planned elevation. It is not necessary to excavate the
limestone to perform the recommended subgrade improvement.
4.3.2 Straight Drilled Shafts—Axial Design Parameters
The proposed retaining walls may be supported by straight drilled shafts bearing in tan weathered
limestone or gray limestone. The following design parameters are recommended for straight drilled
shafts:
Axial Design Parameters for Straight Drilled Shafts
Parameter
Bearing stratum
Penetration into bearing strata (feet) 1
Net allowable end bearing capacity (psf) 1
Allowable skin friction in compression (psf) 2
Allowable skin friction in tension (psf) 2
Reduction in skin friction due to two closely
located shafts
Groups of three or more shafts spaced closer
than 2.5 times shaft diameter
Soil induced uplift3
Recommendations
Gray Limestone
2 feet
25,000
3,000
2,000
No reduction is required for straight drilled shafts with center-to-
center spacing of 2.5 times diameter of larger shaft. For closer
shafts, the design skin friction varies linearly from the full value at
2.5 diameters to 50% of the design value at 1.0 diameter.
This situation should be evaluated by ECS on a case-by-case basis.
Alternative installation sequences may be required to allow for a
minimum of 48 hours of concrete curing time prior to installation
of adjacent shafts.
1,500 psf for soils with no moisture conditioning and 750 psf for
moisture conditioned soils acting over the shaft perimeter to a
depth of 10 feet.
Stockyards Main Apartments
ECS Project No. 63:2190
1.
2.
3.
4.
Parameter � Recommendations
Settlement 4 � Approximately % inch
luly 29, 2025
Page 10
Minimum shaft diameter (inches) I 18
A minimum penetration of 3 feet or one shaft diameter, whichever is greater, into tan weathered limestone is
required to develop the design values above. The total required penetration length should be provided by the
structural engineer based on foundation design loading.
The skin friction should be applied to that portion of the shaft in direct contact with the bearing strata below
temporary casing. Skin friction in clay or cased zones should be neglected. eelow the bottom of casing, the
skin frict-ion values provided above may be used.
The drilled shafts will be subject to uplift due to swelling of the expansive clays in contact with the drilled
shafts. Uplift loads can be neglected below 10 feet. The drilled shafts should be designed with adequate
embedment length and full-depth, vertical reinforcing steel to resist uplift forces. The soil induced uplift can
be resisted by a combination of the weight of the drilled shaft and pier cap and allowable skin friction.
Settlement will primarily be within the elastic range with a portion of settlement occurring during construction.
4.3.3 Straight Drilled Shafts — Lateral Design Parameters
Drilled shafts will be subject to lateral loads. Lateral design parameters for drilled shafts are presented in
the following tables for use in LPILE computer program, developed by Ensoft, Inc.
LPILE Desien Parameters for Soil
Depth LPILE
(feet) Material Type
0 to 10 Stiff Clay
(w/o free water)
LPILE
Material �PILE
Material Type
Weathered
Limestone
Limestone
Weak Rock
(Reese)
Weak Rock
(Reese)
Effective Unit Undrained Shear Friction Angle K Value
Weight (pcf) Strength (psf) (degrees) �p�f� Eso
120 � 2,000 � -- � -- � 0.007
;n Parameters for Rock and Cemented Sand
Unit Weight Uniaxial Initial Modulus of RQD
(p � Compressive Rock Mass, E� �a �
�f Strength (psi) (psi) /
125
100
10,000 50
135
250
Krm
0.0008
50,000 80 0.0005
4.3.4 Grade Beams/Pier Caps
Grade beams and pier caps should be supported by the drilled shafts and formed with a nominal 6-inch
void beneath the beam. The void can be reduced to 3 inches if the subgrade is moisture conditioned as
recommended in this report. Pier caps extending outside the nominal shaft diameter should be
constructed over void forms. The void is provided to isolate the grade beams and pier caps from the
underlying expansive clays. Cardboard carton forms can be used to create this void. A soil retainer should
be provided to help prevent "in fill" of the void.
Cardboard void forms should have sufficient strength to support the weight of the fresh concrete during
grade beam during construction. The excavation in which the void box lays should remain dry. Care should
be exercised during construction to prevent collapse of the carton forms. Backfill material should not be
allowed to enter the void area below the grade beams, since this reduces the void space in which the
underlying soils need to swell.
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 11
Soils placed along the exterior of the grade beams should be on-site clay soils placed and compacted to
at least 93 percent of the maximum dry density at a minimum of 3 percent above optimum moisture
content as obtained using the standard Proctor method (ASTM D698). The purpose of this clay backfill is
to reduce the possibility of water infiltration beneath the structure.
4.3.5 Shallow Footings — Design Parameters
Following complete removal and replacement of the undocumented fill in the retaining wall areas, the
retaining walls may be supported on shallow footings if some movement in the foundation system and
minor distress in the wall can be tolerated. The design parameters for shallow footings are presented in
the following table.
Shallow Footing Design Parameters
Parameter
Bearing material
Net allowable bearing capacity (psf)1
Minimum embedment
Minimum width (inches)
Ultimate passive pressure (psf/ft) Z,3
Ultimate coefficient of sliding3
Approximate
settlement (inches)
Recommendation
New Fill / Native Clay I Weathered Limestone
2,000 5,000
2 feet below lowest adjacent final grade
36
245
0.36
Total
Differential
% to %
1. The net allowable bearing pressure is in excess of the adjacent overburden pressure at the bearing elevation.
Footings should not bear within a 45-degree plane from the base of an adjacent footing or excavation.
2. Triangular distribution. The sides of footing excavations should be nearly vertical, and concrete should be
placed against the vertical faces. The upper 1 foot of passive resistance should be neglected.
3. A minimum factor of safety of 1.5 is recommended against sliding.
4.3.6 Shallow Foundations — Construction Considerations
Foundation excavations should be protected from standing water, desiccation, and other disturbance. The
base of foundation excavations should be free of water and loose material prior to placing concrete.
Complete construction of a spread footing or a section of wall footing, including excavation, placement of
steel and concrete, and backfilling should be completed in a reasonably continuous manner, preferably
within 48 hours of excavation to reduce the disturbance to foundation bearing material. A seal slab of
lean concrete should be provided at the bottom of footing excavations that will remain open for more
than 48 hours or if precipitation is expected before footing concrete is placed.
Shallow foundations should be backfilled using the material removed from the excavation as soon as
possible to reduce disturbance of bearing material. Backfill should be at least 3 percent above the
optimum moisture content and compacted to at least 93 percent of the maximum dry density as obtained
using the standard Proctor method (ASTM D698). Footing construction should be inspected by a qualified
geotechnical engineer to verify the bearing materials and to perform related observations and testing.
Relatively shallow weathered limestone was encountered at some boring locations. To reduce the "hinge"
condition associated with foundation support transitioning from soil to rock, footings, grade beams, and
floor slabs should not bear partially in soil and partially in weathered limestone. If weathered limestone
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 12
is encountered in only a portion of an excavation at the planned bearing elevation, the excavation should
be extended deeper such that the foundation bears entirely on weathered limestone at the lower
elevation. As an alternative, the excavated limestone may be processed and compacted into the base of
the excavation so that the foundation bears at the planned elevation.
4.3.7 Shallow Foundations — General
These design parameters assume that drainage will be provided away from the structures and moderate
irrigation of lawn and planter areas without excessive wetting or drying of soils adjacent to foundations.
The net allowable soil bearing pressure is the pressure that may be transmitted to the foundation bearing
materials in excess ofthe final minimum surrounding overburden pressure. The bearing materials exposed
at the final footing and/or grade beam elevation should be evaluated by competent geotechnical
engineering personnel to verify that the bearing soils can support the recommended net allowable
bearing pressure and are appropriate for foundation construction.
Foundation settlement is a function of the compressibility of the bearing materials, bearing pressure,
structural loads, fill depths, and the foundation bearing depth. Estimates of settlement for foundations
bearing on engineered or non-engineered fills are strongly dependent on the quality of fill. Factors
affecting the quality of fill include but are not limited to loose-lift thickness and the amount of compactive
effort applied to each lift.
Exposure to the environment may weaken the soils at the foundation bearing level if the foundation
excavations remain exposed during periods of inclement weather. Foundation concrete should be placed
the same day that final excavation is completed, and the design bearing pressure verified. If the bearing
soils are softened by surface water absorption or exposure to the environment, the softened soils should
be removed immediately prior to placement of concrete. If the foundation excavation will remain open
overnight, or if rainfall is expected while the bearing soils are exposed, we recommend that a 1- to 3-inch
thick "mud mat" of lean concrete be placed over the exposed bearing soils before the placement of
reinforcing steel.
4.4 Floor Slab Systems
The clay soils encountered at this site are susceptible to seasonal volume change with variation in soil
moisture levels throughout the life of the structure. Based on the Texas Department of Transportation
(TxDOT) test method TEX-124-E, overburden swell tests, and our experience with similar soils, we estimate
potential vertical soil movements (PVM) within the building areas of approximately 1% to 3 inches. The
actual movements could be greater if poor drainage, ponded water, and/or other sources of moisture are
allowed to enter the soils beneath the structures after construction.
If the undocumented fill is removed from beneath the proposed structures and replaced in a controlled
manner, floor slabs can be supported on the new fill. To achieve a more unform PVM and reduce the risk
of floor slab movement, floor slabs should be supported on at least 12 inches of compacted select fill,
crushed limestone, or flexible base. Recommended properties of select fill and flexible base are provided
i n Section 5.3 Material5pecifications.
Stockyards Main Apartments
ECS Project No. 63:2190
luly 29, 2025
Page 13
- - - Vapor retarder
Concrete Floor Slab ;
p a o 0 0 0 � o o O a o o a Oo p o 0 0 0 12 inches of select fill, crushed limestone,
o o 0 0 00 0 0 0 0� o� p o p o� p o p� � flexible base, or lime treated soil
33�� '� 3�':
Some of the risks associated with placing slabs on prepared subgrades can include uneven floors, floor
and wall cracking, and sticking doors or windows. Even at low magnitudes, the cyclic nature of PVM
occurring throughout the life of the structure can cause distress within the structures.
Subgrade Modulus: Provided subgrades are prepared as recommended in this report, floor slabs may be
designed using a modulus of subgrade reaction, k1 of 100 pci.
Vapor Retarder: Before the placement of concrete, a vapor retarder may be placed on top of the subgrade
to provide additional protection against moisture penetration through the floor slab. When a vapor
retarder is used, special attention should be given to surface curing of the slab to reduce the potential for
uneven drying, curling, and/or cracking of the slab. Depending on the proposed flooring material, the
structural engineer and/or the architect may choose to eliminate the vapor retarder.
4.5 Building Perimeter Conditions
Soils placed along the exterior of the structure should consist of on-site clays placed and compacted to at
least 93 percent of the maximum dry density at least 3 percent above optimum moisture content as
obtained using the standard Proctor method (ASTM D698). The purpose of the clay backfill is to reduce
the opportunity for moisture migration beneath the structure. At locations where utilities penetrate
beneath the structure, a clay plug (or a synthetic alternative) should be placed at the building perimeter
to reduce the opportunity to transmit water through the bedding material, regardless of the backfill
material. A typical clay plug detail is provided in Appendix D of the report.
Positive drainage away from the structures should be provided. Lawn and landscaped areas should be
irrigated moderately, without excessive wetting or drying of soils adjacent to the structure. Trees and
large vegetation located near the structure can withdraw large quantities of water from the soils and
should be kept a distance of at least their anticipated mature height away from the building.
Where flatwork is placed against or near the structure, a seal should be installed and maintained to reduce
water intrusion. Downspouts and gutters should be used to collect water and discharge it at least 10 feet
away from the structure, on to properly sloped pavements, or into storm inlets.
Routine maintenance is required to ensure that the recommendations contained in this report are
followed. Greater potential movements could occur with extreme wetting or drying of the soils due to
poor drainage, ponding water, plumbing leaks, lack of irrigation, and/or lack of routine maintenance, etc.
4.6 Seismic Design Considerations
4.6.1 Seismic Site Classification
The International Building Code (IBC) determines site classification for seismic design based on the upper
100 feet of the subsurface profile. Multiple soil parameters can be used to determine seismic site
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 14
classification, including shear wave velocity (v5); undrained shear strength (sU); and Standard Penetration
Test resistance (SPT N-value). The undrained shear strength (sU) method was used to classify this site.
Site Class
A
B
C
D
E
Soil Profile Name
Hard Rock
Rock
Very dense soil / Soft rock
Stiff Soil
Soft Soil
Seismic Site Classification
Shear Wave Velocity, V5 (ft./s)
V5 > 5,000
2,500 < VS <_ 5,000
1,200 < VS <_ 2,500
600 <_ VS <_ 1,200
VS < 600
SPT N-Value (bpf)
N/A
N/A
>50
15to60
<15
S„ (psf)
N/A
N/A
5„ > 2,000
1,000 <_ Su � 2000
S„ < 1000
Based upon our interpretation of the subsurface conditions encountered at this site, we recommend
Seismic Site Classification C.
4.6.2 Ground Motion Parameters
In addition to the seismic site classification, ECS has determined the design spectral response acceleration
parameters following the 2018 IBC methodology. The mapped responses were estimated from the OSHPD
Seismic Design Maps (https://www.seismicmaps.or�/). The design responses for the short (0.2-sec, Sos)
and 1-second period (So�) are noted in bold in the last column of the table below:
Period
(sec)
Reference
�.2
Mapped Spectral
Response
Accelerations (g)
Figures
1613.3.1 (1) & (2)
Ss � 0.094
IBC Ground Motion Parameters
Site Coefficient for Maximum Spectral
Site Class Response Acceleration
for Site Class (g)
Tables Equations
1613.3.3 (1) & (2) 16-37 & 16-38
Fa I 1.3 Sn�s=FaSs I 0.122
Design Spectral
Response
Acceleration (g)
Equations
16-39 & 16-40
SDS = Z�a SMS I �.081
1.0 Si I 0.051 F� I 1.5 SMi=F�Si I 0.077 SD1 = Z�a SM1 I 0.051
The Seismic Site Classification should not be confused with the Seismic Design Category designation which
the Structural Engineer typically assesses. If a better seismic site classification is beneficial to the project,
we can provide additional testing methods that may yield more favorable results.
4.7 Pavements
The estimated PVM at this site ranges from less than 1 inch to approximately 3%z inches. Should these
movements be undesirable for pavements, we should be contacted for recommendations to reduce
potential movements.
After proposed pavement areas achieve final subgrade elevation, the completed subgrade should be
proofrolled with equipment having a minimum axle load of 20 tons (e.g., fully loaded tandem-axle dump
truck) to attempt to locate soft or yielding soils so they can be removed and replaced with properly placed
and compacted soils. New fill may consist of on-site soils or similar imported materials compacted to at least
95 percent of the maximum dry density at or above optimum moisture content as obtained using the
standard Proctor method (ASTM D698). Following successful testing, the recommended soil moisture levels
should be preserved until pavement construction.
Stockyards Main Apartments
ECS Project No. 63:2190
luly 29, 2025
Page 15
Pavements in public the right-of-way should consist of portland cement concrete and be designed and
constructed according to applicable City of Fort Worth pavement design standards. Design parameters
used for pavement analysis in are tabulated below.
Pavement Design Input Parameters 1
Design Parameter Design Value
i
Street Classification Residential - Urban
Design Life (years)
Annual ESAL's 35,000
Growth Rate (percent) 0.5
Total ESAL's 930,000
Reliability (percent)
Initial Pavement Serviceability
Terminal Pavement Serviceability
California Bearing Ratio Untreated Subgrade
(CBR) Lime Stabilized
Lime Stabilized Layer Thickness (inches) 6.0
Effective Modulus of Subgrade Reaction, k(pci)
Overall Standard Deviation
Load Transfer Coefficient
Drainage Coefficient, Cd
Loss of Support
Concrete Modulus of Elasticity (psi)
Concrete Modulus of Rupture
Design Software
1. Based on City of Fort Worth Pavement Design Manual (December 2015).
25
90
4.5
2.5
3.0
9.0
220
0.39
3.0
1.0
0.0
4,000,000
620 psi
WinPAS
Collector
100,000
1.5
3,000,000
8.0
Based on the results of our pavement design analysis, the recommended pavement sections for East 30tn
Street are presented below:
Recommended Pavement Section for Public Roadways
Street Classification PCC Thickness (inches) Lime Treated Subgrade (inches)
Residential - Urban 7.0 6.0
Collector 8.0 8.0
An important consideration with the design and construction of pavements is surface and subsurface
drainage. Where standing water develops, either on the pavement surface or within the base course layer,
softening of the subgrade and other problems related to the deterioration of the pavement can be
expected. Furthermore, good drainage should reduce the possibility of the subgrade materials becoming
saturated during the normal service period of the pavement.
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 16
Both asphalt pavement and portland cement concrete pavement can be considered for private pavements
at this site. Lime treatment is recommended beneath pavements. For lime treatment, a preliminary
application rate of 7 percent lime by dry weight can be used. The actual amount of lime required should be
confirmed by additional laboratory tests (lime series) during construction. Lime treatment should conform
to TxDOT Item 260. The treated soil should be compacted to at least 95 percent of the maximum dry density
at a workable moisture level approximately 3 percent above the optimum moisture content as determined
using the standard Proctor method (ASTM D698). Lime treatment should extend at least 1 foot beyond the
pavement edges.
Minimum recommended pavement sections are provided below. Jurisdictional standards for pavement
construction may exceed these minimum sections. In that case, pavement should satisfy local standards.
Pavements in public easements should meet applicable local guidelines.
Material
Rating
Allowable ESALs
I Asphalt Surface Course
Asphalt Binder Course
PCC
Lime Treated Subgrade 1
Private Pavement Sections
Asphaltic Concrete (inches) Portland Cement Concrete (PCC) (inches)
Standard Duty I Medium Duty � Standard Duty � Medium Duty � Dumpster Area
50,000 � soo,000 � so,000
2 2 --
3 4 --
-- -- 5
6 6 6
200,000 I N/A
6 7
6 6
1. Flexible base material may be substituted for lime treatment at an equivalent thickness.
An important consideration in the design and construction of pavements is surface and subsurface
drainage. Where standing water develops on the pavement surface or within base materials, softening of
the subgrade and pavement deterioration can be expected. Proper drainage will reduce the possibility of
strength loss in the subgrade materials during the planned service life.
Pavement should be specified, constructed, and tested to meet the following requirements:
1. Reinforcing steel may consist of #3 reinforcing bars placed at 18 inches on-center, each way.
2. Portland cement concrete should have a minimum compressive strength of 3,600 psi at 28 days.
Concrete should have 3 to 6 percent entrained air.
3. Hot mix asphaltic concrete (HMAC) should conform to TxDOT Item 340, Type A or B Base Course
(binder), Type C or D Surface Course. Coarse aggregate in the surface course should be crushed
limestone (i.e. not gravel.)
4. Flexible base material (flexbase) should conform to TxDOT Item 247, Type A, B or D, Grade 1-2.
Flexbase should be compacted to at least 95 percent of standard Proctor maximum dry density
(ASTM D698) and within 3 percent of the material's optimum moisture content.
Proper joint placement and design is critical to concrete pavement performance. Control joints in new
pavement should be sawed within 5 to 12 hours after concrete placement to help limit the locations of
cracks that may form as the concrete cures. Longitudinal and transverse control joints should be sawed
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 17
at maximum 15-foot spacings and should extend to a depth of % of the pavement thickness. Joints should
be properly cleaned and sealed as soon as possible to reduce infiltration of moisture and debris. Load
transfer at joints should be achieved with proper dowel installation.
4.8 Retaining Walls
Retaining walls may be supported on native soils or compacted fill. Retaining walls should not bear on or
above existing fill. Retaining walls may also be supported on drilled shaft foundations bearing in tan
weathered limestone or gray limestone.
New fill placed within the zone of influence of the retaining walls may create global instabilities. Global
stability analysis of the proposed retaining walls is outside the scope of this report; however, ECS would
be pleased to provide a proposal for these services upon request. ECS should be consulted during retaining
wall design.
Retaining walls will be free to rotate at the top (not restrained). Retaining walls at the site should be
designed using "Active" (ka) soil conditions and a triangular distribution of earth pressures. Retaining walls
should be designed to withstand lateral earth pressures exerted by the backfill and surcharge loads within
the "Critical Soil Zone". The Critical Soil Zone is defined as the area between the back of the retaining wall
footing and a line extending upward and rearward at a 45-degree angle from the back of the retaining
wall footing (see figure below).
Lateral earth pressures developed behind retaining walls are a function of the backfill soil type, backfill
slope, and surcharge loads. Retaining walls at this site may be designed using soil parameters below.
Retaining Wall Backfill in the Critical Zone
Soil Parameter Design Value
Material
Angle of Internal
Friction, � (degrees)
Coefficient of Active
Earth Pressure, Ka
Total Unit Weight, y (pcf)
Active Equivalent Fluid
Density (psf/ft)1
Granular Fill
33
0.29
125
37
Select Fill
28
0.36
125
45
1. Does not include hydrostatic pressures
On-Site Soils
Critical
20
soii zone
0.49
125 45�
61
The values presented above assume a horizontal backfill surface. Sloping backfill will increase the earth
pressures acting on the retaining wall and can be evaluated if required. The above values do not include
the effect of surcharge loads such as construction equipment, traffic, or structures, or pavement near the
walls, and also do not account for hydrostatic pressures from groundwater entering and ponding within
the backfill. Potential surcharge loads and hydrostatic pressures should be considered during design of
structures subjected to lateral earth pressures. Retaining walls can be supported on shallow foundations
as recommended below.
Stockyards Main Apartments
ECS Project No. 63:2190
Retainin� Wall Footi
Foundation Parameter
Allowable Soil Bearing Pressure 1
Minimum Wall Embedment Below Grade
Coefficient of Passive Earth Pressure (Kp)
Soil Moist Unit Weight (y)
Interface Friction Angle [Concrete on Soil] (�f)
Sliding Friction Coefficient [Concrete on Soil] (µ)
Passive pressure (triangular distribution)
Parameters
Design Value
2,000 psf
2 feet
2.04
125 pcf
20 degrees
0.36
255H (psf)
luly 29, 2025
Page 18
Soils used as retaining wall backfill should meet the soil parameters recommended above. If the available
soils do not meet the recommended parameters, ECS should be contacted to provide revised values, and
to confirm that suitable backfill soils are used. Care should be used to avoid the operation of heavy
equipment to compact the wall backfill since it may overload and damage the wall.
Backfill Settlement: Backfill behind the walls should be properly compacted. Care should be taken to "tie
in" the backfill with adjacent undisturbed, firm, natural soils by providing deep benches into firm natural
soil during placement of each fill lift. Loose materials and "slope wash" that may accumulate in the wall
excavation during construction should be removed prior to placement of the backfill materials.
Some post-construction settlement of the backfill surface should be anticipated. This is typically on the
order of 1 to 2 percent of the backfill height, even if satisfactory compaction of the backfill materials is
achieved. Backfill settlement will likely be uneven. Potential uneven backfill settlement should be
considered during design of foundations, sidewalks, pavements, or other structures that may extend over
the backfill to account for potential differential settlement within the retaining wall backfill.
Wall Drainage: Adequate drainage should be provided for the backfill materials so that hydrostatic
pressures do not develop behind the walls, or the walls should be designed to withstand the equivalent
fluid pressures with hydrostatic surcharge. The upper surface of the wall backfill should be sloped to drain
away from the wall and reduce the potential for infiltration of surface water into the backfill.
If select fill or on-site soil is used as backfill, a vertical wall drain is recommended for walls taller than
4 feet. The vertical drain should be located immediately behind the wall stem and extend from the level
of longitudinal drains, upward to not higher than 2 feet below the top of the wall. The vertical drains
should transport water to the longitudinal drains and then to a storm water line. For walls less than 4 feet
in height, weep holes will be adequate.
We recommend that the drain line be surrounded by a minimum of 6 inches of AASHTO #57 Stone
wrapped with a non-woven geotextile, such as Mirafi 140N or equivalent. Wall drains can consist of a 12-
inch-wide zone of free draining granular backfill, such as AASHTO #57 Stone, employed directly behind
the wall and separated from the soils beyond with a non-woven geotextile. Alternatively, the wall drain
can consist of a geo-composite drainage board. The wall drain should be hydraulically connected to the
foundation drain.
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 19
5.0 SITE CONSTRUCTION RECOMMENDATIONS
5.1 Subgrade Preparation
In a dry and undisturbed state, we anticipate the upper soils at this site will provide appropriate subgrade
support for fill placement and construction operations. However, if the soil becomes wet or otherwise
disturbed, the soils will degrade and lose support. Proper site drainage should be maintained during and
following earthwork operations to help maintain the integrity of the soil.
The surface of the site should be kept properly graded to enhance drainage of surface water away from
the proposed building areas. We recommend that efforts be made to enhance natural site drainage
without significantly altering its patterns.
The soils at the site are moisture and disturbance sensitive and contain fines which are considered
moderately erodible. The contractor should plan construction operations to limit subgrade disturbance
and provide adequate drainage throughout earthwork operations to help maintain subgrade integrity.
Erosion and sedimentation should be controlled in accordance with sound engineering practice and
current jurisdictional requirements.
Site preparation should include removal of soft or loose soils, vegetation, organics, existing pavements,
foundations or utilities, and other yielding materials from within proposed building and pavement areas,
and areas to receive new fill.
Trees, stumps, and roots should be excavated and removed from the building and pavement areas.
Excavated areas should be backfilled with on-site soils compacted in controlled lifts and density as
described in sections 5.2 and 5.3 of this report.
5.1.1 Stripping and Grubbing
Subgrade preparation should consist of stripping vegetation, roots, topsoil, and other soft or yielding
materials from within and 5 feet beyond building and pavement limits. ECS should observe that yielding
surficial materials have been removed prior to placement of structural fill, foundations, or pavements.
5.1.2 Proofrolling
After removing yielding surface materials, cutting to the proposed grade, and prior to the placement of
structural fill, the exposed subgrade should be examined by the Geotechnical Engineer or authorized
representative. The exposed subgrade should be proofrolled with equipment having a minimum axle load
of 20 tons (e.g., fully loaded tandem-axle dump truck). The proofroll equipment should traverse the area
using parallel, overlapping passes under the observation of the Geotechnical Engineer or authorized
representative. This procedure is intended to identify localized yielding materials.
If yielding subgrade is identified during proofrolling, it should be marked for repair prior to the placement
of additional fill or other construction. Repair options, such as undercutting, moisture conditioning or
chemical stabilization, should be discussed with the Geotechnical Engineer to determine the appropriate
procedure regarding the conditions causing the yielding. If an area is determined to be too small for
proofroll equipment to traverse, the area should be probed by the Geotechnical Engineer or authorized
representative.
Stockyards Main Apartments
ECS Project No. 63:2190
5.2 Earthwork Operations
luly 29, 2025
Page 20
Prior to fill placement, subgrades should be scarified to a minimum depth of 6 inches, moisture
conditioned and compacted to at least 95 percent maximum dry density with a moisture level at least 3
percent above the optimum moisture content as obtained by the standard Proctor (ASTM D698). Fill
placed on existing slopes should be properly benched into the existing subgrade. Imported soil used for
general fill should not have a plasticity index (PI) greater than the material encountered onsite.
Soil moisture levels should be maintained at the recommended levels until new fill or other permanent
cover is placed. Fill should be placed in maximum 8-inch loose lifts for mass grading operations, and 4-inch
lifts for trench backfill where smaller compaction equipment will be used. If the soil becomes wet,
desiccated, or otherwise disturbed, the affected material should be removed and replaced, or the
disturbed material should be scarified, moisture conditioned and recompacted.
Utility trenches should not be left open for extended periods and should be properly backfilled. Backfilling
should be accomplished with properly compacted on-site soils, rather than granular materials. If granular
backfill materials are used, a utility trench cut-off (clay plug) is recommended at the building line to help
prevent water from migrating through the granular backfill and beneath the proposed structure.
Field density and moisture tests should be performed on each lift of fill to verify the recommended
moisture and compaction are achieved. As a guide, one test per 2,500 square feet is recommended in
paving areas (minimum two tests per lift). Utility trench backfill should be tested at a rate of one test per
lift every 150 linear feet of trench (minimum two tests per lift). Jurisdictional standards may require more
frequent testing. Applicable requirements should be reviewed, and the more stringent specifications
should be followed.
5.3 Material Specifications
Fill and earthwork material specifications recommended for this project are provided below.
5.3.1 Moisture Conditioning
Moisture conditioning of the existing clays and new clay fill is performed to increase the moisture of the
clays to a level that reduces their ability to absorb additional water that could result in post-construction
swelling in these soils.
Moisture conditioning should consist of undercutting the existing soils to the depths recommended in
Section 4.3 Floor Slab Systems, scarifying the exposed subgrade, and reworking the excavated soils as
necessary to achieve the recommended subgrade improvement. During this process, the clay should
receive enough water to achieve a relatively consistent moisture content at least 4 percent above the
optimum moisture content. Following the addition of water, the soils should be adequately mixed to
ensure a relatively consistent distribution of the moisture throughout the soil mass. Once adequately
mixed, the moisture conditioned fill should be compacted to at least 93 percent of the maximum dry
density as obtained using the standard Proctor method (ASTM D698).
Outside of the moisture conditioned zone and where clay is used to establish site grades, we recommend
that the clay fill be placed and compacted to at least 95 percent of the maximum dry density at or above
the optimum moisture content as obtained using the standard Proctor method (ASTM D698). These soils
should be free of deleterious materials and be reworked to achieve a relatively consistent moisture
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 21
distribution above the optimum moisture content. Following compaction, soil moisture should be tested
and maintained at the recommended levels until placement of subsequent fill, or construction of floor
slabs and pavements.
5.3.2 Select Fill
For the purposes of this report, select fill may consist of material that is free of debris and organic matter,
has a plasticity index (PI) of 8 to 15, and contains 40 to 70 percent passing the No. 200 sieve. Select fill
should be placed and compacted at a workable moisture content above the optimum moisture content
and compacted to at least 95 percent of the maximum dry density as obtained using the standard Proctor
method (ASTM D698).
5.3.3 Flexible Base
Flexible base material should meet the requirements of TxDOT Item 247, Type A, B or D, Grade 1-2. The
flexible base should be compacted to 95 percent of maximum dry density at or above the optimum
moisture content based on the standard Proctor (ASTM D698).
5.3.4 Lime Treated Clay
Lime treated on-site clays may be used as select fill. Lime treated clay is more resistant to disturbance
from weather while maintaining the low permeability of the original clay material and reducing moisture
migration beneath the structure. A preliminary lime application rate of 6 percent by dry weight may be
used for budgeting purposes. Lime pH series and soluble sulfate testing should be performed on the
pavement subgrade after final grading during construction to confirm the lime percentage and feasibility
of lime treatment. Lime treated clay should be mixed and allowed to mellow for at least 48 hours and
tested for gradation and pH prior to final placement and compaction. Lime treated clay should be
compacted to a minimum 95 percent of the maximum dry density based on the standard Proctor (ASTM
D698) at least 3 percent above the optimum moisture.
5.4 Foundation and Slab Observation
Foundation and floor slab bearing materials should be protected from disturbance. Exposure to the
environment may weaken the bearing soils if the excavations remain open. Concrete should be placed as
soon as practical after the excavation has been completed, cleaned, and observed. If the bearing soils are
weakened by surface water intrusion, exposure, desiccation, or other disturbance, the affected soils
should be removed prior to placement of concrete.
5.5 Utility Installation
5.5.1 Utility Subgrade
The soils encountered in our exploration are expected to be generally appropriate for support of
underground utilities. Utility subgrades should be observed and probed by ECS. Loose or yielding materials
identified should be removed and replaced with appropriate material.
5.5.2 Utility Backfill
The granular bedding material (often AASHTO #57 stone) should be at least 4 inches thick, but not less
than that specified by the civil engineer's project drawings and specifications. We recommend that the
bedding materials be placed up to the springline of the pipe. Fill placed for utility support, as well as backfill
above the utilities, should satisfy the project requirements.
Stockyards Main Apartments
ECS Project No. 63:2190
luly 29, 2025
Page 22
5.5.3 Excavation Safety
Excavations and slopes should be constructed and maintained in accordance with applicable OSHA
standards. The contractor is solely responsible for designing, constructing, and maintaining stable
temporary excavations and slopes. The contractor's responsible person, as defined in 29 CFR Part 1926,
should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. In no
case should slope height, slope inclination, or excavation depth, including utility trench excavation depth,
exceed those specified in local, state, or federal safety regulations. ECS is providing this information solely
as a service to our client. ECS is not assuming responsibility for construction site safety or the contractor's
activities; such responsibility is not being implied and should not be inferred.
Stockyards Main Apartments luly 29, 2025
ECS Project No. 63:2190 Page 23
6.0 CLOSING
ECS has prepared this report to guide geotechnical-related aspects of the project. The geotechnical
services were performed in accordance with the standard of care expected of professionals in the industry
performing similar services on projects of like size and complexity at this time in the region. No other
representation, expressed or implied, and no warranty or guarantee is included or intended in this report.
The description of the proposed project is based on information provided to ECS by OGC SN
Multifamily, LP . If any of this information is inaccurate or changes, either because of our interpretation
of the documents provided or site or design changes that may occur later, ECS should be contacted so we
can review our recommendations and provide additional or alternate recommendations that reflect the
proposed construction.
We recommend that ECS review the project plans and specifications so we can confirm the plans and
specifications are in accordance with the recommendations of this geotechnical report.
Field observations, and quality assurance testing during earthwork and foundation installation are an
extension of, and integral to, the geotechnical design. We recommend that ECS be retained to apply our
expertise throughout the geotechnical phases of construction, and to provide consultation and
recommendation should issues arise.
ECS is not responsible for the conclusions, opinions, or recommendations of others based on the data in
this report.
Appendix A- Drawings and Reports
Site Location Diagram
Boring Location Diagram(s)
Subsurface Cross-Section(s)
Geologic Survey Map
t ayer-�%g�its: Wofld Bound�r���la�es: Source�: Esri, � RE,�G i O N0�14; U �tr�l .T ' ;
� j ��rt� + � �� + � ,� +�„y" �. ,r'.� �.+ _ N
`�' ` . ' ��. _`_ �q � ���s.l, y ..�+ w E
'r � Y,
r .T. :� � "� �4 �� � �� �! � I S ,
_ �
�, . � � �S �.r. .s f. ^� , � •, �� '• •Y:?� � y
r � ! - , . � _ � .. 'I `,k � r��''� ���1
!� � � � ..J' � ,� �� ' .. ,1 _ � , [.'r_ � `�.
E � r } .7�'� � . . � 4 "
�• ,,� � 'y .
i� � � � � S j� - • s . , ir�"' ' :� f; � � � 't
!'d �1:i'^*'"� � � � • ��
� t �� • ' it � _ � .
s-�. � �+ � ,� -Y � ,�
�'' . `a 1" �� `.t� � , . i� � � • � <.
:• • �- _ � .- a , ,�r • _
. • '�� �� � ��' '•. � _ ' ,' � , � , `�i�''• �.�." .�
r . A� � � ; r �; �a : '�jj � ' � �'r� 1
� �y" s� „ 4 `I� i3 � '�
: t �— -� ' -� F, '` ,�Y f� .. r ., ... ,
i � ` a , ' �
�✓ r ' Ti ���� ' ; r � � M .
� ` 1\�� ► ,� . . .
- 9 +'� � ��.��. � � � �^ F� � , . � • •'l � a - � � , �M f
. � � �
`"�� '� _ ��w� j � . d � a .. . . '! . + � � ; t � ~ `y
► �t� 't � . *�. � ' , �i�
� `j'� � :. � � tt� °j; �', � � ` +! a,� .. _
, �
�►� � � � t .' ,, ,�+ i� �' \ � .'{ '�' � 1H
,+ ! �+ ` � �� � �!
\ �� ��
I � � ,^ aw ' �� y ��i'-'� �
� � � �
� ` , : .� �
'� :� . , '�,,. � . � � � ��
�.� . ,-� ,� �; : � .�� � ;
` -- i ►. �
��,-�► � -�-r ���. n � , � �� �. '�
� � _ � � . ` ��'� --
,,. . �,' �.;,� � g +' ti � ' _
�, � � ' « ` �` . • )` :s � •�}' \ •.
,�. ' ' � r �'� -!�- � ��� ��`��
ir � "�; �� * +.. ` \ �
��!;�� � i.�^ � � NI+ � , �� ' � � � `` , *
. s
��y� �- �► a►.. ` �
� . L !` • _ . _ - ,�+jRjfa r/
' T ' • r �•` 4 ` i `� r�� M � � � �_ �- _+. . �.. � ,
. -�' �, - � �'�' f-M \ '
� , �� � zs� � ��. . �I— �
�-- .,,�„�r � � i.t� �} _ .��;!� �•� � �\
�� r�� �' _ � ��'. � � �
� ; , -. — � . - � . � , , � � .
4� ti.'.�', '�� .. � .� . , ,'�. q �? ! � , t_' . .. , �-h� . .� -
��.
t '� '',� r �\� � ��� `.� , . �
�'�• t� 1 ' � .i''1 � � � . ' , � ' � . ,' iiy� '►
� � � �
� rrt �\�y ��.. �� �}^1 , M. ...
� 1 r ''! • �. . �f � � � .. =SS..., i• ,�, �, `;�
�/f �' . r �� � � .. . � � .�y�1 �L i' s • . .�� . �. ' � ( .
r , � ' �� �N � � -i� , �� ~►� �I •�„ � �� \
• �� '!� ��' 1 , � • ` v r .r� i , �
� ` � 1
♦ ' ' • � � ' �' � E ,.r� �r •. � w ' \„�N -' .
L_..��+ '� �..� . � 11 ��♦ � � � � � ' �� �.ir. '1� � , ,� v�1�
� �—� __ "._z. __ — .. � �K �..
183 � ��--�- ��„�: - ---
�! � � �Ir1rTj �.� � �« t� 183
� ' a�w
- �� �_ - ' . � '... ����
� y � i � . 1 � 1►^ � �'r w�T � I �'
ENGINEER
SITE LOCATION DIAGRAM REW1
SCALE
Stockyards Main Apartments 1" = 400�
PROJECT NO.
632190
NEC Main St. & 29th St., Fort Worth, Texas SHEET
OGC CN Multifamily, LP �3/28/2025
.R�
�AJ@rvice
��-- ��
I
I
^� /'��.����.-�� �
UI IV
1 � I .'
��
t ,
+,
� r�
� ��
i!
.�
+1 -_►
� 28 - r —
S —�
;� � .�j -
' 1
� � i �i
i ,
s� 1 ��
� � ` �
� ,1
� ��.
� Legend
-o....�� � r-........ , � , - �..�......,..............r
— - - ' N
----- - I - `, 1 ' �\
� ��� ��� W E
`�� ^. _ �� , � � �
. T - - . \..;<' IY�W `� \ ,` ' s
\ `
_-��� V �\ � '
�'` -- \ � 1 I �
\
_ 1 - �\ '� � � � ��� A\
/ �_ / `
�� ' � r , `\�� �� � �' ,` h
��C� ��-��� , �; ` I
� � " �' � �
� � 1, \
--. -. � 1 • _ ` ` `
h' -��`_ �. ....; _ ' .�
__-__ � `
1 ''�J ' �.� l \`\ � 1 ti
1 � `
. � i' . ,\ �\\ `�� , �
_•,�,� �"c�- � I \` 4„ �\\ Cy �`, ��t .
_' �' � ' � -
' i � �.rt
` �E , ��.� � ��,
� �� ��- ` \ �
• ` �� '
� �' '�� ' _` _ _ - ��' �
\
5�� � ' � 1 )�� - \' ; ` �
i , ���� �', X \ / \\
•� � �. �� ,� 0
_: j � � �.:� ' �, , �
� r ". L'R:CS � '� \`�� ��� . �
1 - '�♦ �'� `�� `� `:
,y � � � .�� � � V�
1 l h � _ —'I I— ♦e' �,/ �� ^�
♦ � � ��''�
- _ + r- -��, .i�_-= �� ��
, i .. i � �. � �!i{ ' � ,
� �� — -
..
�-'
� 1 ��
� — �
• �
�» t .
- ♦ r
_ ' ,I �
� � r� -
.
. ,
' � �
G� • - �
.
♦ •' _
t
i II �' '
�..��� I '
I 1 _
♦
♦
� _L7R1AJ �.� ��� I, ♦�
i J-'_ �J
-�-� ,�� ��,_ _
-. �tfi��`r :�'� � - �, � �
��,, � I�I� ' I. ' ��
� �- .
t� � � ��� I 1 I � �
,r� i 3: �-.— - �
� I 0 I i � � I � I I _ � 1---
� Approximate Boring Locations
� Approximate Boring Locations
� Approximate Boring Locations
�
�
�0°� � � j�, _' - ,
-_�--;�-- , - ,
�� �r;:; �- '�_ � �
j ��
t' _ �
�,I ._. .;.�� _ � —. _ ..
� . � , �, r.,,
�� � ��� � �
� � . ��� �
4' 1
�,
II ,`I
------ -�
,�� � -
i'�• l-
,�,
� } `� i
I � ��1 1
--i_ �� � _'�-� � '
. ., I s a �
_- -
- '�
' -- �
,L � —J-_'.iaL - -r �
- ' � �
��_ � * �
BORING LOCATION DIAGRAM
' --�_1�J
STOCKYARDS MAIN APARTMENTS
NEC Main St. & 29th St., Fort Worth, Texas
� m
-� - �
b � �
I
�
�
I
�;
�,
i'
; r
;�
i
\
SCALE
1"=150'
PROJECT NO.
632190
SHEET
1 OF 1
OGC CN MULTIFAMILY, LP �3/24/2025
Legend
� CH
�Weathered
Limestone
Limestone
I� CL
I///�
� .S �..
� FI��
0
611 —_______________________________________________ � _______________________________________________________________________________________________________________________________________________________________________________ 611
�
�
610 7�' 610
609 — _________________________________________ %'////�;�;�� ______________________________________............._________________________________________.............________________________________________.............____________ — 609
608 _____________________________________________i( —_____________________________________________________________________________________________________________________________________________________________________________ 608
607 — ____________________________________________ -._____________________________�-________________________________________________________�-______________________-____________________________-______________________-�________ — 607
605 —____________________________________________ -%� r,'�� -____________________________________________________________________________________________________________________________________________________________________________ — 605
604 — ____________________________________________ // �t.-� -______________________________________________________________________________________________________________________.____________________________________________.________ — 604
50/1" �
603 —__________________________________________ 603
— _________________________________________ __� ____________________________N__________............._________________________________________.............________________________________________.............____________ —
601 602 � __�______________________________________________________________________________________________________________________________________________ — 602
— _________________________________________ � 601
600 ------------------------------------------ � _------------50/1a-------- 600
599 ____________________________________________�� _________________ ________________________________________ _________________________________ 599
____________________________________________________________________________________________________________________________________
__________________________ _____________ ______
598 —__________________________________________ � ___________________p__________ p_________________________________________________________________________________________________________ — 598
__.� ________________________ � �
597 —_____________________________________________ _________________________.� ___________________m__________�_________________________________________________________________________________________________________ — 597
x r
596 — ____________________________________________ _________________________. _______________ _____ _____Q_________0________________ �_________________________________________________________________ — 596
� �
595 ____________________________________________ _________________________.
______________ r �� _____ _____ _________ ________________�_________________________________________________________________
� �
594 ____________________________________________ _________________________. _______________ _____ __ ___ ____w_____. . .: _____________ �_____________________________________________ 594
O O
' � r
593 — ____________________________________________ _________________________. ______________ _____ __ Z ___ ___�_____ , ..:' _____________ Ci____________________--_______________________ — 593
� .; �
.,
592 ____________________________________________ _________________________ ______________ _____ __ ___ _ __' . ,. f F�_________ . . -__________________________________________ 592
�. O �.
.
591 ____________5plFr�_______. _______________ _____ __ ___ �l _ . .. ;' . : . .: >_ 591
—____________________________________________
- ________ _ _ _ _________________________________________ —
. .
590 —____________________________________________ _________________________ �'� � � ______ ': , ', <
eoe@zo . _______________ _____ __ ___ --: ',�� - __________________________________________ — 590
�
..
SS9—___________________________________________________________________80/9"_____- _______________ � _____ __ ___ _ __. '::, • . 589
'.'_'t
588 — ___________________________ ___________________________________________________ _______________ _____ __ _ __ ' ' ______ .: . '. L_________________--_______________________ — 588
..
. . ,.
. .- .
/ ' . .; ''''�'
587 _____________________________________________________________________23_______- _______________ 20 _____ __ _ 4 __� ' ______ . . r__________________________________________ 587
586 _______________________________________________________________________________ _______________ nR a m _____ __ ___ _ __ 586
585 —_______________________________________________________________________________ ____________________________ __ ___ _ ______ ' _________________--_______________________ — 585
.
�.� . .,.
. . .,...�_
.
. .' . . .
.�
7
583 —_______________________________________________________________________________ ____________________________ __ __ _ _ � � ______ :' : .: ",__________________________________________ — 583
'� ^ � � ������- —
ssz— ss�` � a� c e sa,
— � — ,:;:;:
580 — _______________________________________________________________________________� � ______............._________ __I7 ___ _I � ___________ :' : .; ~__________________________________________ — 580
s�s � � : � :� = ----------------- ----------------- — s�s
ois°
.�.
578 _______________________________________________________________________________ ____________________________ _ ___ -__________________________________________ 578
27 �. . :
577 -------------------------------------------------------------------- ---------------- -- '' ' ' ----------------------------------�-------- — 577
.
.
74799"------- ----------- - - --
7 --------------------------------------------------------------------------------- ----�----------�Z---------- -- --- - ---------- ------------------------------------------ — 7
.,.,.
5 6 eoe@zo eoe@so - ;� ;�� 5 6
575 —____________________________________________________________________________________________________________________________ �� ___ 5 H " _ � ___________ .: : ', ' 575
__________ �__________________________________________ —
—______________________________________________________________________________________________________________________________ ___ ' ' '•
_ -- ___________________________________________ —
eos@zo eoa�zo eoa�meo
573 —__________________________________________________________________________________________________________________________ g_______50f5'-_______ __________39 ________ -__________________________________________ 573
— ----------------------------------------------------------------------------------------------- -----------------------------------------
Eoe @20 --------------------- Eoe @ zo.-----------------_________________________ — 2
Notes:
1- EOB: End of Boring, AR: Auger Refusal
2- See individual boring logs and geotechnical report for
additional information.
3- Standard Penetration Test Resistance (SPT N-Value,
blows per foot, left of boring, ASTM D1586).
aiasn���ma wace�co�ce�c uq��e��m�c Q WL (First Encountered)
x � o
[Fines Content%] t WL (Completion)
� Bottom of Casing � WL (Estimated Seasonal
�oo> Loss of Circulation High Water)
O Calibrated Penetrometer � WL (Stabilized)
- Fill
- Possible Fill
Probable Fill
- Rock
i
�
I�
GENERALIZED SUBSURFACE SOIL PROFILE Section line 1
Stockyards Main Apartments
OGC CN Multifamily, LP
NEC North Main Street and 29th Street Fort Worth, Texas 76106
Proiect No: s32�so IDate: oai2si2o25
�' ��ervice-Layer Credits: World Boundaries and„�labes: Sources: Esri, HERE, Garmin, FAO, NOAA, USGS, O OpenStreetMap -
� �;ry � i- � — � N
-�. � - i >
. ;� " •�i�, � 4 � s..�' ._ .�► w E
, �� � ��� ,� `� � � ; s
, � E
_ . _ ,
� � �� ' -~ � - .• ' � _� , � ` _ .+, � '
_ �
. r . - � � •
* � .. . 1 �,, � � 1r •at
• ` ,- � _. ,.�s
� � � .;
� �' "'"` ' � ^ ,► � . ` ' .. •
. .,, � . �• r 4
,� .fl� f•• �,�,� . .� -�,� • � � t� �: � 4
!" ; "`� i � �'� � , ` . � �
r, �'i � � �- ✓ y � � . __ � � . 1 ,, � , � • -, ;p•�..� _
.�
, . ��. .•...� � �b , r , - �. '�, . �
r .� � ' � f" _ y__ � t� �� �" _ ` �,
• � j "' •'N'� , �a - �1
, ,� � - .��� Y � , � � .
. .
. :
� '��•_ � . �.r ` �1 � � , � �T �'1 �
. * g
� t�A � �'4 ,� tw
. ri " .
' � i • � .�. .� �• , ` � •�i
F :• ,.�' ~` t��
� - y � • � . • . 'n .r
. y;� � -- � ` "T� � '�
, _,
.,
� `: 3 - ' - ' �
,
� - ��"� � _ u -
��
, .,, t, ' � ' , _ � �
� � „' �'
� � ` �_ . , -s . �
• '� � ' k '�,-a�' � ` � `
s ... h , , �.
� � r • !' i �' R�
',.M � � �; � � �` •✓
� � ' �` E ' �s � �+'�. - a \
� • . '� � � •� ,+r � n�� • � � —� � �
� �, *_ I'�: , -y � ♦ � J . � . � �,. * ,� �
`� f ! �{'r�, � � ' �ht` � ♦ . /
` t � � r ��1
� � � - ; � 287 � •I,,,� � .
i � w -
_,�_,� � �
+ �! � - �{ �� � � — � "��� �
•
+ 'i i , � ~ 1 i . � a �' r+' � �. ���\\
� - 1 i • rti * �M�� xM� a . \� _
^ � , � � �� — 'S'� �•\ •� 4,\ . � P �
' � • h � • �
� �� H •� ' � � � - . f � . . � . ��` ►
-���,,,�C4 � Nt� '�� ,��, t� `•E � �. .r i J
► , . .�--�"�: ,. � ��:,,� ': � r . ��
� �` � � �.�.
�•`�' i, � ����'IM. r � , ���� , �, �I � ' +,l� � ' -� • i � \
� �C ' i� � � �'• I , •. w ` � ... .
. � • �
• �►1 � , . 'n . : t, � ,�t �� ��
� _ r �83'rw ��7� �.� . - r.� �' -�- • 183
� , � f� � , . 1.
,_ _ � e �— w � - � � y � ,� � ` ��...�� 1
� i�"• t ''� .—�. ti� � � � . � � }t . �� �� r �� 1 � . 1 � �
�� �
ENGINEER
GEOLOGIC SURVEY MAP REW1
SCALE
Stockyards Main Apartments 1" = 400�
PROJECT NO.
632190
NEC Main St. & 29th St., Fort Worth, Texas SHEET
OGC CN Multifamily, LP �3/28/2025
Appendix B — Field Operations
Reference Notes
Boring Logs
�C�
MATERIAL��2
-
�
oeo. -
�
�
�
o � o
� ° ��
A
w }
�� a
� �O
�
�
6
■ • � ■
6 �
�
�
�
�
�
�
�
�
�
.� r�� r,
� r, .�
REFERENCE NOTES FOR BORING LOGS
ASPHALT
CONCRETE
GRAVEL
TOPSOIL
VOID
BRICK
AGGREGATE BASE COURSE
GW WELL-GRADED GRAVEL
gravel-sand mixtures, little or no fines
GP POORLY-GRADED GRAVEL
gravel-sand mixtures, little or no fines
GM SILTY GRAVEL
gravel-sand-silt mixtures
GC CLAYEY GRAVEL
gravel-sand-clay mixtures
SW WELL-GRADED SAND
gravelly sand, little or no fines
SP POORLY-GRADED SAND
gravelly sand, little or no fines
SM SILTY SAND
sand-silt mixtures
SC CLAYEY SAND
sand-clay mixtures
ML SILT
non-plastic to medium plasticity
MH ELASTIC SILT
high plasticity
CL LEAN CLAY
low to medium plasticity
CH FAT CLAY
high plasticity
OL ORGANIC SILT or CLAY
non-plastic to low plasticity
OH ORGANIC SILT or CLAY
high plasticity
PT PEAT
highly organic soils
DRILLING SAMPLING SYMBOLS & ABBREVIATIONS
SS Split Spoon Sampler PM Pressuremeter Test
ST Shelby Tube Sampler RD Rock Bit Drilling
WS Wash Sample RC Rock Core, NX, BX, AX
BS Bulk Sample of Cuttings REC Rock Sample Recovery %
PA Power Auger (no sample) RQD Rock Quality Designation %
HSA Hollow Stem Auger
DESIGNATION
Boulders
Cobbles
Gravel: Coarse
Fine
Sand: Coarse
Medium
Fine
Silt & Clay ("Fines")
PARTICLE SIZE IDENTIFICATION
PARTICLE SIZES
12 inches (300 mm) or larger
3 inches to 12 inches (75 mm to 300 mm)
'/4 inch to 3 inches (19 mm to 75 mm)
4.75 mm to 19 mm (No. 4 sieve to'/< inch)
2.00 mm to 4.75 mm (No. 10 to No. 4 sieve)
0.425 mm to 2.00 mm (No. 40 to No. 10 sieve)
0.074 mm to 0.425 mm (No. 200 to No. 40 sieve)
<0.074 mm (smaller than a No. 200 sieve)
COHESIVE SILTS & CLAYS
UNCONFINED I I
COMPRESSIVE SPTS CONSISTENCY�
STRENGTH, QP° (BPF) (COHESIVE)
<0.25 �2 Very Soft
0.25 - <0.50 2 - 4 Soft
0.50 - <1.00 5 - 8 Firm
1.00 - <2.00 9 - 15 Stiff
2.00 -<4.00 16 - 30 Very Stiff
4.00 - 8.00 31 - 50 Hard
>8.00 >50 Very Hard
GRAVELS, SANDS & NON-COHESIVE SILTS
SPTS DENSITY
<5 Very Loose
5 - 10 Loose
11 - 30 Medium Dense
31 - 50 Dense
>50 Very Dense
COARSE FINE
RELATIVE GRAINED GRAINED
AMOUNT� (%)a (%)$
Trace <5 <5
With 10 - 20 10 - 25
Adjective 25 - 45 30 - 45
(ex: "Silty")
WATER LEVELS6
0
�
v
0
WL (First Encountered)
WL (Completion)
WL (Seasonal High Water)
WL (Stabilized)
FILL AND ROCK
� � � �
FILL POSSIBLE FILL PROBABLE FILL ROCK
�Classifications and symbols per ASTM D 2488-17 (Visual-Manual Procedure) unless noted otherwise.
ZTo be consistent with general practice, "POORLY GRADED" has been removed from GP, GP-GM, GP-GC, SP, SP-SM, SP-SC soil types on the boring logs.
3Non-ASTM designations are included in soil descriptions and symbols along with ASTM symbol [Ex: (SM-FILL)].
4Typically estimated via pocket penetrometer or Torvane shear test and expressed in tons per square foot (tsf).
SStandard Penetration Test (SPT) refers to the number of hammer blows (blow count) of a 140 Ib. hammer falling 30 inches on a 2 inch OD split spoon sampler
required to drive the sampler 12 inches (ASTM D 1586). "N-value" is another term for "blow counP' and is expressed in blows per foot (bpf). SPT correlations per 7.4.2 Method B
and need to be corrected if using an auto hammer.
6The water levels are those levels actually measured in the borehole at the times indicated by the symbol. The measurements are relatively reliable
when augering, without adding fluids, in granular soils. In clay and cohesive silts, the determination of water levels may require several days for the
water level to stabilize. In such cases, additional methods of ineasurement are generally employed.
�Minor deviation from ASTM D 2488-17 Note 14.
BPercentages are estimated to the nearest 5°/o per ASTM D 2488-17.
Reference Notes for Boring Logs (09-02-2021).doc O 2021 ECS Corporate Services, LLC. All Rights Reserved
CLIENT:
OGC CN Multifamily, LP
PROJECT NAME:
Stockyards Main Apartments
SITE LOCATION:
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION:
32.800263 -97349014
� �
PROJECT NO.: BORING NO.: SHEET: �
632190 B-Ol 1 of 1 ��
DRILLER/CONTRACTOR:
Barba Drilling Co, LLC
LOSS OF CIRNLATION IOOZ
SURFACE ELEVATION: '
BOTTOM OF CASING
596.0
� � STANDARD PENETRATION BLOWS/FT
H
w Z � 10 20 30 40 50 w w o
p� w � Z � LL <a 20 40 60 80 100 � p � �
H � } � `--' w � � � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
LL � � V1 � �y>j Z � z - � � � � �
= z � � LL' DESCRIPTION OF MATERIAL J � � a R4D o � w a ~ z
a � � � � w Q o� - REC - U �— d o
o � > > d v
w a � d � � > u B �
0 � Q � w a J m� MCSAMPLERBLOWS/FT � Q N w
� K �
� N w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
- (CH) FAT CLAY WITH SAND, dark � -
— S-1 ST 24 24 brown, brown, light brown, very stiff / — i6s nso
to hard � _
— S-2 ST 24 24 � —
�
5— S-3 ST 24 24 � 591 —
_ �� —
_ 7-30-50/3"
— S-4 SS 15 15 � — ($0�9„)
- � - 6-9-14
_ 5-5 SS 18 18 � _ �23�
10 � 586 -
- � -
- �� -
- ,' -
WEATHERED LIMESTONE, tan � -
— S-6 SS 15 15 � _ 15-18-50/3"
- (68/9��)
15- � 581-
- � -
- � -
LIMESTONE, gray
5-7 $S 17 17 — e-z4-50/5"
- - (74/11")
20 _ END OF BORING AT 20 FT 576 _
25- 571-
30 - 566 -
3.00
71 44 26.0 4.50 79.9
80/9"
�8/9"
�/11
zi.o
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar102025 CAVE IN DEPTH: N/q
i
1 WL (Completion) DRY IgORING
Mar 10 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT:
OGC CN Multifamily, LP
PROJECT NAME:
Stockyards Main Apartments
SITE LOCATION:
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION:
32.799765 -97348853
� �
w Z
m � � z
~ � � V~1 }
= z � � �' DESCRIPTION OF MATERIAL
a � d � �
w d � d �
� � Q � w
Q � Q �
N N
_ WEATHERED LIMESTONE, tan
— � y iry �
5— � � �:�= 1
- LIMESTONE, gray, with interbedded
— weathered limestone layers
10 _ - AUGER REFUSAL AT 10 FT
15—
20 —
25 —
30 —
PROJECT NO.: BORING NO.: SHEET: �
632190 B-02 1 of 1 ��
DRILLER/CONTRACTOR:
Barba Drilling Co, LLC
�
�
�
�
LOSS OF CIRNLATION IOOZ
SURFACE ELEVATION: '
BOTTOM OF CASING
596.0
� � STANDARD PENETRATION BLOWS/FT
H
� 10 20 30 40 50 X z o
w w
� LL <a 20 40 60 80 100 � p � �
� — � z ROCK QUALITV DESIGNATION & RECOVERY � Z z � Z
"' O � H � RQo � > � `^ �
J a o ��,, a � z
�
H � O U — REC � � � � � O
j J m� B MCSAMPLERBLOWS/FT � Q N w
> w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
— so[i.zs]
_ 50[0.75]
591— so[o.�s�
- so[o.zs]
586— so�o.zs�
- so[o.00�
581—
576 —
571—
566 —
� ooiz.00��
100/1.00':
� ooio.zs��
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar102025 CAVE IN DEPTH: N/q
i
1 WL (Completion) DRY IgORING
Mar 10 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT:
OGC CN Multifamily, LP
PROJECT NAME:
Stockyards Main Apartments
SITE LOCATION:
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION:
32.799757 -97348433
� �
w Z
m � � z
~ � � V~1 }
= z � � �' DESCRIPTION OF MATERIAL
a � d � �
w d � d �
� � Q � w
Q � Q �
N N
(CL) FILL, SANDY LEAN CLAY, brown,
S-1 SS 17 17 light brown, grayish brown, very
_ stiff to hard, with limestone layers
�-2 SS 5 5
5 S-3 SS 18 18
_ S-4 SS 18 18
5-5 SS 18 18
10
S-6 SS 18 18
1�—
_ S-7 SS 18 18
20
25 —
30 —
END OF BORING AT 20 FT
PROJECT NO.: BORING NO.: SHEET: �
632190 B-03 1 of 1 ��
DRILLER/CONTRACTOR:
Barba Drilling Co, LLC
LOSS OF CIRNLATION IOOZ
SURFACE ELEVATION: '
BOTTOM OF CASING
596.0
� � STANDARD PENETRATION BLOWS/FT
H
� 10 20 30 40 50 X z o
w w
� LL <a 20 40 60 80 100 � p � �
� — � z ROCK QUALITV DESIGNATION & RECOVERY � Z z � Z
"' O � H � RQo � > � `^ �
J a o ��,, a � z
�
H � O U — REC � � � � � O
j J m� B MCSAMPLERBLOWS/FT � Q N w
> w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
� ./ _ 13-23-50/5" /11
% j - (�3/i1^)
�! / 50�5 39 21 9.7 64.°
jl (Sp�S��) 50/5"
��f —
i j 591— s-6-s
i� - (11) 11 i
i —
�� _ 8-6-4
i J _ (10) 37 20 12.9 53.5
1
' �f - �3-1z-8
,�'� - c2o�
% / 586 —
1
�, _
:�f —
,
i f _ s�-zo-n
; J J (a�)
47
, /, 581=
�� -
'' 1 -
�/f —
� j/ _ is-zs-zo
� /� (a1) � :
576 —
571—
566 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar102025 CAVE IN DEPTH: N/q
i
1 WL (Completion) DRY IgORING
Mar 10 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT:
OGC CN Multifamily, LP
PROJECT NAME:
Stockyards Main Apartments
SITE LOCATION:
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION:
32.799502 -97348028
� �
w Z
m � � z
~ � � V~1 }
= z � � �' DESCRIPTION OF MATERIAL
a � d � �
w d � d �
� � Q � w
Q � Q �
N N
(CL) FILL, SANDY LEAN CLAY, brown,
S-1 SS 18 18 light brown, grayish brown, hard
— S-2 ST 24 24
5— S-3 ST 24 24
— S-4 ST 24 24
5-5 SS 18 18
10
S-6 SS
1�
_ S-7 SS
20
25 —
30 —
18 1$
18 18
END OF BORING AT 20 FT
PROJECT NO.: BORING N0.
63:2190 B-04
DRILLER/CONTRACTOR:
Barba Drilling Co, LLC
SHEET: �
lofl ��
LOSS OF CIRNLATION IOOZ
SURFACE ELEVATION: '
BOTTOM OF CASING
594.0
� � STANDARD PENETRATION BLOWS/FT
H
� 10 20 30 40 50 X z o
w w
� LL <a 20 40 60 80 100 � p � �
� — � z ROCK QUALITV DESIGNATION & RECOVERY � Z z � Z
"' O � H � RQo � > � `^ �
J a o ��,, a � z
�
H � O U — REC � � � � � O
j J m� B MCSAMPLERBLOWS/FT � Q N w
> w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
_ 19-6-6
- (12) 9.8
2 :
— 4.00
589 — n.so
— 4.50
_ 6-6-13
- (19) � 41 22 15.0 68.�
as
584 —
_ 6-4-13
- (17) 17
579 —
_ sz-a-9 �
- (1�) ii
574 —
569 —
564 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar102025 CAVE IN DEPTH: N/q
i
1 WL (Completion) DRY IgORING
Mar 10 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT:
OGC CN Multifamily, LP
PROJECT NAME:
Stockyards Main Apartments
SITE LOCATION:
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION:
32.799404 -97348517
� �
w Z
m � � z
~ � � V~1 }
= z � � �' DESCRIPTION OF MATERIAL
a � d � �
w d � d �
� � Q � w
Q � Q �
N N
- (CL) SANDY LEAN CLAY, dark brown,
— S-1 ST 24 24 brown, light brown, stiff to very stiff
— S-2 ST 24 24
5— S-3 ST 24 24
_ S-4 SS 18 18
5-5 SS 18 18
10-
- S-6 ST 24 24
1� _
— S-7 ST 24 24
20
25 —
30 —
END OF BORING AT 20 FT
PROJECT NO.: BORING N0.
63:2190 B-OS
DRILLER/CONTRACTOR:
Barba Drilling Co, LLC
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/4
/
�
SHEET: �
lofl ��
LOSS OF CIRNLATION IOOZ
SURFACE ELEVATION: '
BOTTOM OF CASING
594.0
� � STANDARD PENETRATION BLOWS/FT
H
� 10 20 30 40 50 X z o
w w
� LL <a 20 40 60 80 100 � p � �
� — � z ROCK QUALITV DESIGNATION & RECOVERY � Z z � Z
"' O � H � RQo � > � `^ �
J a o ��,, a � z
�
H � O U — REC � � � � � O
j J m� B MCSAMPLERBLOWS/FT � Q N w
> w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
589 =
_ 17-5-4
_ (9)
_ 4-7-16
(23)
584 —
579 —
574 —
569 —
564 —
23
3.00
28 13 12.4 4.50 56.5
3.00
10.6
iso
iso
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) 18.00 gORING STARTED: Mar102025 CAVE IN DEPTH: N/q
i
1 WL (Completion) v.00 IgORING
Mar 10 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJECT NO.: BORING NO.: SHEET: �
OGC CN Multifamily, LP 63:2190 B-06 1 of 1 ��
PROJECT NAME: DRILLER/CONTRACTOR:
Stockyards Main Apartments Barba Drilling Co, LLC
SITE LOCATION:
LOSS OF CIRNLATION IOOZ
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: '
32J98824 -97348241 594.0 eorronn oF caswe
� � STANDARD PENETRATION BLOWS/FT
H
� Z
� z � 10 20 30 40 50 w w o
p� w � Z � LL <a 20 40 60 80 100 � p � �
H � } � `--' w � � � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
LL � � V1 � �y>j Z � z - � � � � �
= z � � LL' DESCRIPTION OF MATERIAL J � � a R4D o � w a ~ z
a � � � � w Q o� - REC - U �— d o
o � > > d v
w a � d � � > u B �
0 � Q � w a J m� MCSAMPLERBLOWS/FT � Q N w
� K �
� N w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
_ (SC) FILL, CLAYEY SAND, trace gravel, �/`: % _
— S-1 ST 24 24 trace sand, brown, light brown, grayish r - 34 i� ii.6 s.00 24.6
brown, medium dense to dense, with �� _
�-2 SS 5 5 limestone layers '� = so/s^ �
- ,� - � 50/5"
98/7.00" :
�- G1 TCP 7 ;:t: 589— 4a[6.00] ♦
` so[i.00]
_ �
100/$.00" :
- G2 TCP 8 ,� - so[6.o0] �
- � - so[z.00]
_ ' � _ i 74/11.50" :
- C-3 TCP 12 WEATHERED LIMESTONE, tan, with � - 24[6.00] �
10— interbedded clay layers � 584— so[sso]
_ � —
_ � —
— S-3 ST 24 24 � — 4.50
1� � 579—
_ �
— � _
�
- za-so/s��
— 5-4 SS 11 11 � _ (so/s") �is^
20 _ END OF BORING AT 20 FT 574 _
25 — 569 —
30 — 564 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar102025 CAVE IN DEPTH:
i
1 WL (Completion) DRY IgORING
Mar 10 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJECT NO.: BORING NO.: SHEET: �
OGC CN Multifamily, LP 63:2190 B-07 1 of 1 ��
PROJECT NAME: DRILLER/CONTRACTOR:
Stockyards Main Apartments Barba Drilling Co, LLC
SITE LOCATION:
LOSS OF CIRNLATION IOOZ
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: '
32J99101 -97347725 590.0 eorronn oF caswe
� � STANDARD PENETRATION BLOWS/FT
H
� Z
� z � 10 20 30 40 50 w w o
p� w � Z � LL <a 20 40 60 80 100 � p � �
H � } � `--' w � � � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
LL � � V1 � �y>j Z � z - � � � � �
= z � � LL' DESCRIPTION OF MATERIAL J � � a R4D o � w a ~ z
a � � � � w Q o� - REC - U �— d o
o � > > d v
w a � d � � > u B �
0 � Q � w a J m� MCSAMPLERBLOWS/FT � Q N w
� K �
� N w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
- WEATHERED LIMESTONE, trace gravel, � -
— S-1 ST 24 24 trace sand, tan, with interbedded clay � — iz.4 4.so
layers � _
_ \ d \ l i i � — 50/2" �. �
� SO/2„
— � —
-�S 5 5_ �
5 — � 585 — so/s^ sois�
— �
— so[o.00] �ooio.00��
- � - so[o.00]
_ AUGER REFUSALAT 8 FT _
10 — 580 —
15— 575—
20 — 570 —
25 — 565 —
30 — 560 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar 112025 CAVE IN DEPTH: N/q
i
1 WL (Completion) DRY IgORING
Mar112025 HAMMERTYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJECT NO.: BORING NO.: SHEET: �
OGC CN Multifamily, LP 63:2190 B-08 1 of 1 ��
PROJECT NAME: DRILLER/CONTRACTOR:
Stockyards Main Apartments Barba Drilling Co, LLC
SITE LOCATION:
LOSS OF CIRNLATION IOOZ
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: '
32J98699 -97347735 592.0 eorronn oF caswe
� � STANDARD PENETRATION BLOWS/FT
H
� Z
� z � 10 20 30 40 50 w w o
p� w � Z � LL <a 20 40 60 80 100 � p � �
H � } � `--' w � � � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
LL � � V1 � �y>j Z � z - � � � � �
= z � � LL' DESCRIPTION OF MATERIAL J � � a R4D o � w a ~ z
a � � � � w Q o� - REC - U �— d o
o � > > d v
w a � d � � > u B �
0 � Q � w a J m� MCSAMPLERBLOWS/FT � Q N w
� K �
� N w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
_ (SC) FILL, CLAYEY SAND, light brown, �� _
— S-1 ST 24 24 brown, dense � = ii.s nso
— --- -- - - (SC) FILL, CLAYEY SAND WITH COBBLE � _ so/s"
- � - b0/3"
_, AND RUBBLE, light brown, brown, � _
_ dense - �o i�.00^
5—� . �►� ; ,� 587 so�sso] T
_ ,� _ so[oso�
�
' C-2 TCP 12 :/: - 3[6.00] �' 34 18 14.1 46.7
�� 4[6.00]
- � -
5-3 SS 18 18 z-s-6
(ll) t
10 � 582 —
— � —
_ � —
S-4 SS 5 5 - 50/5"
— — — 50/5"
15— '� 577—
_ �
.` ,/
(CH) FAT CLAY, light brown, brown, � _
S-5 55 18 18 hard, with calcareous nodules — 1z-i9-zo
� (39) 39
20 _ END OF BORING AT 20 FT 572 _
25 — 567 —
30 — 562 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar 112025 CAVE IN DEPTH:
i
1 WL (Completion) DRY IgORING
Mar112025 HAMMERTYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJECT NO.: BORING NO.: SHEET: �
OGC CN Multifamily, LP 63:2190 B-09 1 of 1 ��
PROJECT NAME: DRILLER/CONTRACTOR:
Stockyards Main Apartments Barba Drilling Co, LLC
SITE LOCATION:
LOSS OF CIRNLATION IOOZ
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: '
32J99159 -97348152 592.0 eorronn oF caswe
� � STANDARD PENETRATION BLOWS/FT
H
� Z
� z � 10 20 30 40 50 w w o
p� w � Z � LL <a 20 40 60 80 100 � p � �
H � } � `--' w � � � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
LL � � V1 � �y>j Z � z - � � � � �
= z � � LL' DESCRIPTION OF MATERIAL J � � a R4D o � w a ~ z
a � � � � w Q o� - REC - U �— d o
o � > > d v
w a � d � � > u B �
0 � Q � w a J m� MCSAMPLERBLOWS/FT � Q N w
� K �
� N w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
- (CL) FILL, SANDY LEAN CLAY, brown, f
100/1.75"
— � 1 " " ' light brown, grayish brown, hard, ,r / — so[Z.00] �
_ , with limestone layers I = so[o.�s]
_ �� _
- (CL) FILL, SANDY LEAN CLAY, trace -
_ gravel, trace sand, brown, light brown, � _
— grayish brown, very stiff, with � —
limestone layers t Z_z_z
5 S-1 SS 18 18 �� 587 �4� ss i9 i2.o si.s
„� —
— S-2 ST 24 24 %� — nso
_ ;;� -
�� -
_ _ 10-6-6
_ S-3 SS 18 18 _ �12�
2
10 582 —
_ r` _
_ _
_ r _
S-4 SS 18 18 �// — sa-2o
1 � �"� 577 — (2�)
_ �
— _ —
_ ry _
— S-5 SS 11 11 �� Q _ z4-so/s��
_ (so/s^) �ois°
„!r
20 _ END OF BORING AT 20 FT 572 _
25 — 567 —
30 — 562 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) 19.00 gORING STARTED: Mar 112025 CAVE IN DEPTH: N/q
i
1 WL (Completion) v.00 IgORING
Mar112025 HAMMERTYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJECT NO.: BORING NO.: SHEET: �
OGC CN Multifamily, LP 63:2190 P-O3 1 of 1 ��
PROJECT NAME: DRILLER/CONTRACTOR:
Stockyards Main Apartments Barba Drilling Co, LLC
SITE LOCATION:
LOSS OF CIRNLATION IOOZ
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: '
32.800864 -97349129 598.0 eorronn oF caswe
� � STANDARD PENETRATION BLOWS/FT
H
� Z
� z � 10 20 30 40 50 w w o
p� w � Z � LL <a 20 40 60 80 100 � p � �
H � } � `--' w � � � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
LL � � V1 � �y>j Z � z - � � � � �
= z � � LL' DESCRIPTION OF MATERIAL J � � a R4D o � w a ~ z
a � � � � w Q o� - REC - U �— d o
o � > > d v
w a � d � � > u B �
0 � Q � w a J m� MCSAMPLERBLOWS/FT � Q N w
� K �
� N w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
- (CH) FILL, FAT CLAY WITH SAND, dark ,;J�f -
— S-1 ST 24 24 brown, brown, very stiff to hard ,� = se ss n.s s.00 �s.s
— S-2 ST 24 24 �.� — z.00
_ ',� _
- S-3 $T 12 12 �r� —
`_ END OF BORING AT 5 FT 593— n.so
10 - 588 -
15 - 583 -
20 - 578 -
25 - 573 -
30 - 568 -
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar 13 2025 CAVE IN DEPTH: N/q
i
1 WL (Completion) DRY IgORING
Mar 13 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJECT NO.: BORING NO.: SHEET: �
OGC CN Multifamily, LP 63:2190 P-02 1 of 1 ��
PROJECT NAME: DRILLER/CONTRACTOR:
Stockyards Main Apartments Barba Drilling Co, LLC
SITE LOCATION:
LOSS OF CIRNLATION IOOZ
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: '
32.800112 -97348565 596.0 eorronn oF caswe
� � STANDARD PENETRATION BLOWS/FT
H
� Z
� z � 10 20 30 40 50 w w o
p� w � Z � LL <a 20 40 60 80 100 � p � �
H � } � `--' w � � � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
LL � � V1 � �y>j Z � z - � � � � �
= z � � LL' DESCRIPTION OF MATERIAL J � � a R4D o � w a ~ z
a � � � � w Q o� - REC - U �— d o
o � > > d v
w a � d � � > u B �
0 � Q � w a J m� MCSAMPLERBLOWS/FT � Q N w
� K �
� N w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
- (CL) FILL, SANDY LEAN CLAY, dark j
— S-1 ST 24 24 brown, brown, reddish brown, hard ,,il — n.so
_ '�
— S-2 ST 24 24 ;-' % — s9 zs Z2.o aso ss.o
1
- S-3 SS 9 9 36-50/3" �
; % (50/3") 50/3"
5 END OF BORING AT 5 FT 591 —
10 — 586 —
15— 581—
20 - 576 -
25- 571-
30 - 566 -
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar 13 2025 CAVE IN DEPTH: N/q
i
1 WL (Completion) DRY IgORING
Mar 13 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJEC
OGC CN Multifamily, LP 63:2190
PROJECT NAME: DRILLEF
Stockyards Main Apartments Barba D
SITE LOCATION:
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION:
32.799419 -97347737
� �
w Z
m � � z
~ � � V~1 }
= z � � �' DESCRIPTION OF MATERIAL
d � d � �
w d � d �
� � Q � w
Q � Q �
N N
-�-i » s s (SC) FILL, CLAYEY SAND, trace cobbles ��::
— and rubble, dark brown, brown, dense �
— S-2 ST 24 24 ,�
- �
- S-3 ST 12 12 ��
`_ END OF BORING AT 5 FT
10—
15—
20 —
25 —
30 —
. BORING NO.: SHEET: �
P-03 1 of 1 ��
JTRACTOR:
; Co, LLC
LOSS OF CIRNLATION IOOZ
SURFACE ELEVATION: '
BOTTOM OF CASING
594.0
� � STANDARD PENETRATION BLOWS/FT
H
� 10 20 30 40 50 w w o
LL <a 20 40 60 80 100 � p � �
� � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
Z
Q \ � � RQ� J } O � ~
sa o � �,,a � z
; O U - REC � � � � � O
J m� B MCSAMPLERBLOWS/FT � Q N w
w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
- 50�3�� 50/3��
— 37 19 14J 4.50 44.°
589 — n.so
584 —
579 —
574 —
569 —
564 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar 13 2025 CAVE IN DEPTH:
i
1 WL (Completion) DRY IgORING
Mar 13 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJECT NO.: BORING NO.: SHEET: �
OGC CN Multifamily, LP 63:2190 P-04 1 of 1 ��
PROJECT NAME: DRILLER/CONTRACTOR:
Stockyards Main Apartments Barba Drilling Co, LLC
SITE LOCATION:
LOSS OF CIRNLATION IOOZ
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: '
32J98409 -97347475 588.0 eorronn oF caswe
� � STANDARD PENETRATION BLOWS/FT
H
� Z
� z � 10 20 30 40 50 w w o
p� w � Z � LL <a 20 40 60 80 100 � p � �
H � } � `--' w � � � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
LL � � V1 � �y>j Z � z - � � � � �
= z � � LL' DESCRIPTION OF MATERIAL J � � a R4D o � w a ~ z
a � � � � w Q o� - REC - U �— d o
o � > > d v
w a � d � � > u B �
0 � Q � w a J m� MCSAMPLERBLOWS/FT � Q N w
� K �
� N w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
- S-1 SS 11 11 (CL) FILL, SANDY LEAN CLAY, brown, ;'� _ 1a-so/s"
— light brown, grayish brown, hard, ;/ — (so/s°) �is^
s-2 ss 5 5 with limestone layers , j, _ so/s^
1 b0/5"
_ ,/ J _
!/
5 � j 583— so�o.zs� �ooio.2s�
_ END OF BORING AT 5 FT - so[o.00]
10— 578—
15— 573—
20 — 568 —
25 — 563 —
30 — 558 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar 13 2025 CAVE IN DEPTH: N/q
i
1 WL (Completion) DRY IgORING
Mar 13 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJECT N
OGC CN Multifamily, LP 63:2190
PROJECT NAME: DRILLER/O
Stockyards Main Apartments Barba Drilli
SITE LOCATION:
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION:
32.798433 -97348747
� �
w Z
m � o z �
LL � � v~i Y w
= z � � �' DESCRIPTION OF MATERIAL �
d � � � � w
w d � d � H
� � � � K �
Q Q
N N
S=1 SS 18 18 (CL) FILL, SANDY LEAN CLAY, trace �
— sand, brown, light brown, grayish
_ `\ brown, hard, with limestone layers /�
= WEATHERED LIMESTONE, light brown �
5 _ - - _-- _ �
_ END OF BORING AT 5 FT
10-
15-
20 -
25 -
30 -
. BORING NO.: SHEET: �
P-OS 1 of 1 ��
JTRACTOR:
; Co, LLC
LOSS OF CIRNLATION IOOZ
SURFACE ELEVATION: '
BOTTOM OF CASING
598.0
� � STANDARD PENETRATION BLOWS/FT
H
� 10 20 30 40 50 w w o
LL <a 20 40 60 80 100 � p � �
� � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
Z
Q \ � � RQ� J } O � ~
sa o � �,,a � z
; O U - REC � � � � � O
J m� B MCSAMPLERBLOWS/FT � Q N w
w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
s-io-is
_ (25) 33 16 16.1 65.1
25:
- so/s°
— 50/3"
593- so�o.so� �ooio.�s��
- so[o.zs]
588 -
583 -
578 -
573 -
568 -
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar 13 2025 CAVE IN DEPTH: N/q
i
1 WL (Completion) DRY IgORING
Mar 13 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJECT NO.: BORING NO.: SHEET: �
OGC CN Multifamily, LP 63:2190 P-06 1 of 1 ��
PROJECT NAME: DRILLER/CONTRACTOR:
Stockyards Main Apartments Barba Drilling Co, LLC
SITE LOCATION:
LOSS OF CIRNLATION IOOZ
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: '
32J99298 -97349055 596.0 eorronn oF caswe
� � STANDARD PENETRATION BLOWS/FT
H
� Z
� z � 10 20 30 40 50 w w o
p� w � Z � LL <a 20 40 60 80 100 � p � �
H � } � `--' w � � � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
LL � � V1 � �y>j Z � z - � � � � �
= z � � LL' DESCRIPTION OF MATERIAL J � � a R4D o � w a ~ z
a � � � � w Q o� - REC - U �— d o
o � > > d v
w a � d � � > u B �
0 � Q � w a J m� MCSAMPLERBLOWS/FT � Q N w
� K �
� N w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
- S-1 SS 9 9 (CL) FILL, SANDY LEAN CLAY, brown, / _ 16-50/3" �
— light brown, grayish brown, hard, — (so/3��) 3oi3��
_ 1 with limestone layers � _
= WEATHERED LIMESTONE, light brown � - 100/075'
1=C-1-�C� i - 50[0.50] ' �
_ � _ 50[0.25]
5 _ �� 100/0.25" '
591— so[o.zs� �
_ � = so�o.00�
—L-� �f � � — so[o.zs] iooio.ze'�
_ � = so[o.00]
— � —
�
10— END OF BORING AT 10 FT 586—
15— 581—
20 — 576 —
25— 571—
30 — 566 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar 13 2025 CAVE IN DEPTH: N/q
i
1 WL (Completion) DRY IgORING
Mar 13 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT:
OGC CN Multifamily, LP
PROJECT NAME:
Stockyards Main Apartments
SITE LOCATION:
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION:
32.799308 -97349936
� �
w Z
m � � z
~ � � V~1 }
�
= z J o "
w
a � d � �
w d � d �
� � Q � w
Q � Q �
N N
_ S-1 SS 10 10
= C-1 TCP 7
5 — '�Tt��
10 -
15—
20 —
25 —
30 —
DESCRIPTION OF MATERIAL
(SC) FILL, CLAYEY SAND, brown,
light brown, grayish brown, dense,
with cobble and rubble
END OF BORING AT 10 FT
PROJECT NO.: BORING N0.
63:2190 P-07
DRILLER/CONTRACTOR:
Barba Drilling Co, LLC
�
�
,�
,�
,%
�
,.f
�
�
:� ,
SHEET: �
lofl ��
LOSS OF CIRNLATION IOOZ
SURFACE ELEVATION: '
BOTTOM OF CASING
604.0
� � STANDARD PENETRATION BLOWS/FT
H
� 10 20 30 40 50 X z o
w w
� LL <a 20 40 60 80 100 � p � �
� — � z ROCK QUALITV DESIGNATION & RECOVERY � Z z � Z
"' O � H � RQo � > � `^ �
J a o ��,, a � z
�
H � O U — REC � � � � � O
j J m� B MCSAMPLERBLOWS/FT � Q N w
> w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
_ 30-50/4" � 29 14 4.9 34.1
_ (50/4") 50/4"
_ - : 100Y7.00" :
_ 50[4.00] �
_ so[s.00]
100/ 1.50" '
599— so[i.00� Y
- so�o.so�
594— so�o.zs� �ooio.zs��
- so[o.00�
589 —
584 —
579 —
574 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar 13 2025 CAVE IN DEPTH:
i
1 WL (Completion) DRY IgORING
Mar 13 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJECT NO.: BORING NO.: SHEET: �
OGC CN Multifamily, LP 63:2190 W-Ol 1 of 1 ��
PROJECT NAME: DRILLER/CONTRACTOR:
Stockyards Main Apartments Barba Drilling Co, LLC
SITE LOCATION:
LOSS OF CIRNLATION IOOZ
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: '
32.800780 -97349565 610.0 eorronn oF caswe
� � STANDARD PENETRATION BLOWS/FT
H
� Z
� z � 10 20 30 40 50 w w o
p� w � Z � LL <a 20 40 60 80 100 � p � �
H � } � `--' w � � � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
LL � � V1 � �y>j Z � z - � � � � �
= z � � LL' DESCRIPTION OF MATERIAL J � � a R4D o � w a ~ z
a � � � � w Q o� - REC - U �— d o
o � > > d v
w a � d � � > u B �
0 � Q � w a J m� MCSAMPLERBLOWS/FT � Q N w
� K �
� N w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
- (CH) FILL, SANDY FAT CLAY, brown, �� -
— S-1 ST 24 24 light brown, grayish brown, stiff to , j — i.00
hard � _
�
— S-2 ST 24 24 — so zs za.9 s.00 ss.s
�
5— S-3 ST 24 24 ii 605 — s.00
- �f -
—f ' �" ' " WEATHERED LIMESTONE li ht brown � so/1" � �„
- g � -
— � —
� � 100/0.25" �
10 - � 600— so�o.zs� �
_ � = so[o.ao]
_ � _
� -
LIMESTONE, gray
15 ����T
595— so[o.so] �ooio.�e��
- - so[o.zs]
20 - '.. .� i .�� : : 100/1.00" :
END OF BORING AT 20 FT 590— so[i.00] ♦
- - so[o.00]
25 — 585 —
30 — 580 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar 12 2025 CAVE IN DEPTH:
i
1 WL (Completion) DRY IgORING
Mar 12 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJECT NO.: BORING NO.: SHEET: �
OGC CN Multifamily, LP 63:2190 W-02 1 of 1 ��
PROJECT NAME: DRILLER/CONTRACTOR:
Stockyards Main Apartments Barba Drilling Co, LLC
SITE LOCATION:
LOSS OF CIRNLATION IOOZ
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: '
32.800128 -97349224 600.0 eorronn oF caswe
� � STANDARD PENETRATION BLOWS/FT
H
� Z
� z � 10 20 30 40 50 w w o
p� w � Z � LL <a 20 40 60 80 100 � p � �
H � } � `--' w � � � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
LL � � V1 � �y>j Z � z - � � � � �
= z � � LL' DESCRIPTION OF MATERIAL J � � a R4D o � w a ~ z
a � � � � w Q o� - REC - U �— d o
o � > > d v
w a � d � � > u B �
0 � Q � w a J m� MCSAMPLERBLOWS/FT � Q N w
� K �
� N w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
= S-1 SS 7 7 WEATHERED LIMESTONE, trace sand, � = 43-50/1�� �
— tan _ (so/r�� 5oir�
_ �
-=C 1 TCy r � - 50[0.50] - � 100/075"
_ � _ 50[0.25]
� 100/0.00"
5 _ - � 595— so[o.00�
_ � = so�o.00�
- � _
- � -
— $-2 SS 11 11 � _ 35-50/5" �
- LIMESTONE, gray _ (so/s^) 50/5^
10— 590—
15 ��FE� f rJHS - 50[OJS] 100/1.25T
- - so[o.so]
20 - '.. =i i .�� : : 100/1.00" :
END OF BORING AT 20 FT 580— so[o.�s] ♦
- - so[o.zs]
25 — 575 —
30 — 570 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar 13 2025 CAVE IN DEPTH: N/q
i
1 WL (Completion) DRY IgORING
Mar 13 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
CLIENT: PROJECT NO.: BORING NO.: SHEET: �
OGC CN Multifamily, LP 63:2190 W-03 1 of 1 ��
PROJECT NAME: DRILLER/CONTRACTOR:
Stockyards Main Apartments Barba Drilling Co, LLC
SITE LOCATION:
LOSS OF CIRNLATION IOOZ
NEC North Main Street and 29th Street Fort Worth, Texas 76306
LATITUDE: LONGITUDE: STATION: SURFACE ELEVATION: '
32J98865 -97349131 600.0 eorronn oF caswe
� � STANDARD PENETRATION BLOWS/FT
H
� Z
� z � 10 20 30 40 50 w w o
p� w � Z � LL <a 20 40 60 80 100 � p � �
H � } � `--' w � � � ROCK QUALITV DESIGNATION & RECOVERY � Z z Z
LL � � V1 � �y>j Z � z - � � � � �
= z � � LL' DESCRIPTION OF MATERIAL J � � a R4D o � w a ~ z
a � � � � w a o� - REC - U �— d o
o � > > d v
w a � d � � > u B �
0 � Q � w a J m� MCSAMPLERBLOWS/FT � a N w
� K �
� N w d 30 20 30 40 SO a � z
H . TE%AS CONE PENETRATION BLOWS/Fl � LL
- (CH) FILL, SANDY FAT CLAY, with � - 3Z-24-zz
_ S-1 SS 18 18 cobbles and rubble, trace gravel, - (46) 6 $$
brown, light brown, grayish brown, _
- S-2 SS 10 10 very stiff to hard _ ss-so/n^
_ _ (50/4") 50/4"
�
�' 595 — � o is.00° :
`- G1 TCP 9 - so[4.o0] T
— /� — so[s.ao�
_ r ,U _
_ �� -
— — 3-4-9
_ 5-3 SS 18 18 ,J _ �13� � si so v.6 6a.o
10 � 590—
_ ;" _
ii� _ 10-27-50/4" /10
— 5-4 SS 16 16 _ (��/Zo")
15 — %� 585 —
_ ��
_ y _
_ r _
21-40-50/4" �/10
— 5-5 SS 16 16 ,�� _ (9o/Zo")
,�A
20 _ END OF BORING AT 20 FT 580 _
25 — 575 —
30 — 570 —
THE STRATIFICATION LINES REPRESENTTHE APPROXIMATE BOUNDARY LINES BETWEEN SOILTYPES. IN-SITU THE TRANSITION MAY BE GRADUAL
SZ WL (First Encountered) DRY gORING STARTED: Mar 13 2025 CAVE IN DEPTH:
i
1 WL (Completion) DRY IgORING
Mar 13 2025 HAMMER TYPE: Auto
� WL (Seasonal High Water) N/q �COMPLETED:
�Z WL Stabilized N/A �QUIPMENT: LOGGED BY:
DRILLING METHOD: SolidStemAuger
( � CME 45B LL3
GEOTECHNICAL BOREHOLE LOG
Appendix C — Laboratory Testing
Laboratory Testing Summary
���
Project Number: 63:2190
Project Engineer: EMH
Boring Sample Depth
Number Number (feet)
B-01
B-03
B-04
B-05
B-06
B-07
B-08
B-09
P-01
P-02
P-03
P-05
Notes:
Definitions:
S-1
S-3
S-5
S-2
S-4
S-1
S-5
S-2
S-5
S-1
S-1
S-1
S-3
S-1
S-1
S-2
S-2
S-1
MC� Soil
( % ) Typez
ECS Southwest, LLP
Fort Worth, Texas
Laboratory Testing Summary
Project Name: Stockyards Main Apartments
Principal Engineer: REW
Atterberg Limits3 One-Dimensional Swellfi
Percent Dry Unit
Passing No. Weight5 Final
LL PL PI 200 Sieve4 (pcf) Moisture Surcharge Swell
(%) (Psf) (%)
0-2 16.5
4- 6 26.0 CH 71 27 44 79.9 93.7 31.2 600 0.9
8 - 10 21.0
2- 4 9.7 CL 39 18 21 64.5
6- 8 12.9 CL 37 17 20 53.9
0 - 2 9.8
8- 10 15.0 CL 41 19 22 68.9
2- 4 12.4 CL 28 15 13 56.5
8 - 10 10.6
0- 2 11.6 SC 34 17 17 24.6
0 - 2 12.4
0 - 2 11.8
4- 6 14.1 SC 34 16 18 46.1
0-2 12.0 CL 35 16 19 51.9
0- 2 27.8 CH 59 24 35 78.3
2-4 12.0 CL 39 18 21 51.0
2- 4 14.7 SC 37 18 19 44.5
0- 2 16.1 CL 33 17 16 65.1
1. ASTM D 2216, 2. ASTM D 2487, 3. ASTM D 4318, 4. ASTM D 1140, 5. ASTM D 7263, 6. ASTM D 4546, 7. ASTM D 2166
MC: Moisture Content, Soil Type: USCS (Unified Soil Classification System), LL: Liquid Limit, PL: Plastic Limit, PI: Plasticity Index, NP: Non Plastic
Date: 3/26/2025
Unconfined
Compressive
Strength'
(tsf)
pH
ECS Southwest, LLP
Fort Wo�h� Texas
' Laboratory Testing Summary
Date: 3126�2�25
��� ards Main Apa�ments
Project Name: Stocky .
ber: 63:2190 Principal Engineer: REW
Project Nu►r Unconfined
One-Dimensional Swe��6 . Compressive gulfate (pPm�
7
ineer: E►wH pry Unit SWe11 Strength
Project Eng ptterberg Limits3 Percent Final Surcharge o (tsf)
PassingNo• We19ht5 Moisture �ps{) ��°�
MC' Soi12 P� 200 Sieve' (pcf} �%� 27
le Depth � e pL �
Boring Samp �{eet) ( % Typ LL
Number Number ____....... - 1�
� ��� 34.1
. � 29 15 _
S_� 0- 2 4.9 SC 22 28 51.9
� P-07 CH 50 -
2 - 4 20.9 �
S-2 _ _ _ _ _ - 64 A — �asticity I
W-01 21 4 0 5. ASTM D 7263, 6. ASTM � st c LimitAPl. p D 2166'_. ...-•-
---- 8.8 51
S_� �- 2 CH .. ndex, NP: Non Plastic
8 - 10 17.6 . :_ ;..,
W-03 g-3 4. ASTM D 11 �L: Liquid Limit, P� P
�— 3. ASTM � 4318' stem},
� e USCS (Unified Soil Classification Sy
� q Tg M D 2216, 2. ASTM D 2487,
NoteS� MC: Moisture Content, Soil Typ
Definitions:
Appendix D — Supplemental Documents
WinPAS Output
Drawings/Details
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Design Inputs
Project Name: 2190 Stockyards Main
Route: East 30th Street - Residential - Urban
Location: NEC Main & 29th
Owner/Agency: City of Fort Worth
Design Engineer:
Rigid Pavement Design/Evaluation
Concrete Thickness 6.55 inches Load Transfer Coefficient
Total Rigid ESALs 930,000 Modulus of Subgrade Reaction
Reliability 90.00 percent Drainage Coefficient
Overall Standard Deviation 0.39 Initial Serviceability
Flexural Strength 620 psi Terminal Serviceability
Modulus of Elasticity 4,000,000 psi
Modulus of Subarade Reaction (k-valuel Determination
Resilient Modulus of the Subgrade
Unadjusted Modulus of Subgrade Reaction
Depth to Rigid Foundation
Loss of Support Value (0,1,2,3)
Modulus of Subgrade Reaction
� �'
�
� ��
��
220 psi/in.
3.00
220 psi/in.
1.00
4.50
2.50
Wednesday, April 9, 2025 9:26:28AM Engineer: emh
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Design Inputs
Project Name: 2190 Stockyards Main
Route: East 30th Street - Collector
Location: NEC Main & 29th
Owner/Agency: City of Fort Worth
Design Engineer:
Rigid Pavement Design/Evaluation
Concrete Thickness 7.98 inches Load Transfer Coefficient
Total Rigid ESALs 3,000,000 Modulus of Subgrade Reaction
Reliability 90.00 percent Drainage Coefficient
Overall Standard Deviation 0.39 Initial Serviceability
Flexural Strength 620 psi Terminal Serviceability
Modulus of Elasticity 4,000,000 psi
Modulus of Subarade Reaction (k-valuel Determination
Resilient Modulus of the Subgrade
Unadjusted Modulus of Subgrade Reaction
Depth to Rigid Foundation
Loss of Support Value (0,1,2,3)
Modulus of Subgrade Reaction
� �'
�
� ��
��
220 psi/in.
3.00
220 psi/in.
1.00
4.50
2.50
Wednesday, April 9, 2025 9:23:33AM Engineer: emh
REFER TO MEP AND/OR CIVIL
DRAWINGS FOR TYPICAL BEDDING
MATERIALS AT EXTERIOR FACE OF
BUILDING. REPLACE BEDDING
MATERIALS WITH SITE CLAY SOIL.
EXTEND CLAY 2 FEET FROM BUILDING.
PLACE IN 8" MAX. LOOSE LIFTS.
COMPACT TO 92% OF STANDARD
PROCTOR (ASTM D-698), ABOVE
OPTIMUM MOISTURE CONTENT.
�
� UTILITY TRENCH
UNDERGROUND UTILITY
TYPICAL DETAIL
DIAGRAM
�
�
�
CLAY PLUG AT
UTILITY TRENCH
ENGINEER SCALE
NTS
DRAFTSMAN PROJECT NO.
CLL
REVISIONS SHEET
1 OF 1
DATE
11/7/08
GC-4.04 Underground Facilities
THIS PAGE LEFT INTENTIONALLY BLANK
* From Original Standard Products List
GC-4.06 Hazardous Environmental Condition at Site
THIS PAGE LEFT INTENTIONALLY BLANK
* From Original Standard Products List
GC-6.06.D Minority and Women Owned Business
Enterprise Compliance
THIS PAGE LEFT INTENTIONALLY BLANK
* From Original Standard Products List
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
* From Original Standard Products List
GC-6.09 Permits and Utilities
THIS PAGE LEFT INTENTIONALLY BLANK
* From Original Standard Products List
GC-6.24 Nondiscrimination
THIS PAGE LEFT INTENTIONALLY BLANK
* From Original Standard Products List
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
* From Original Standard Products List
FORT WORTHB
IApprovall
�
I
I onzsiv�
� U4/26/00
� U4/26/00
� 126/99
� 5/13/OS
�
�
I 1/26/99
I 08/30/06
�
�
� *
�
�
� "
� `
I 08/24/I R
I OR/24/I R
�
�
�
�
I ,oi�iioe
� 7/25/03
� O1{31/06
� 11/02J10
� 07/I)/I1
� 08/10/I1
I10/14/13
� 06/O1/17
I 12/OS/23
I09/16/19
� 10/07/21
�
�
� *
� *
� '
� *
� U3/08/00
� U4/20/O1
�
�
� *
� *
� 09/23/96
I 12/OS/23
I OS/O8/IS
ID9/03/24
I D6/09/10
I 09/06/19
� ioio�ai
I 10/07/21
I 10/07/21
Iosio�izs
� osio�izs
� oaizaio�
�
�
I12/2)23
�
�
� *
� oaizsioi
�
I 4/20/O1
I 5/12/03
I 08/30/06
�
Spec No. �Classsification
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer I Model No. I National Spec
Water & Sewer - Manholes & Bases/Comoonents 33-39-10 lRev 2/3/16)
33 OS 13 Ucethaue Hydroohilic Warerstoo Asahi Ko¢vo KK. Adeka UI[ra-Swl P-201
33 Ui L3 Ofret Joint for 4' D�am. MH Hanson Co�crete Prod�cts Dea�ti�inR No. 35-0048-OOL
33 US L3 Profile (iasket foc 4' Diam. MH. Pcess-Seal (iasket CorR 250-4(i Gaske[
33 US L3 HDPE Manhole Adl�smient Rin¢s Ladrech, Inc HDPE Adi�stmen[ R�n�
33 OS L3 1lanhole Eztecnal Wcao Can�sa- CPS W�aV�d5ea1 Manhole Encaosulation System
Water & Sewer- Manholes & Bases/Fiber¢lass 33-39-13 (1/8/131
33 39 13 Fiber�lass Manhole Flui� Contai�ment, Lnc.
33 39 L3 Fiberglass Manhole L.F. Manufectunns
Water & Sewer - Manholes & Bases/Frames & Covers/Rectaneular 33-OS-13 fRev 2/3/161
3l OS L3 I�auhole Erames and Covees I Weste�n Iron Works. Bass & Hays Fouu�ry �
Water & Sewer - Manholes & Bases/Frames & Covers/Standard Bound) 33-OS-13 fRev 2/3/161
33 OS 13 .�/ianholc Cramcs nnd Covcrs Wcstcrn iron Works, IIess & Hays ioundry
33 OS 13 .�/ienholc Cramcs and Covcrs McKinlcy Iron Works Inc.
33 OS 13 .�/ianholc Cramcs and Covcrs Nccnah Poundry
33 OS 13 .�/ienholc Cramcs and Covcrs Nccnah Poundry
33 OS 13 Vlanholc �ramcs und Covcrs Si�ma Corporation
33 OS 13 Vlanholc Cramcs und Covcrs Si�ma Corooration
33 OS L3 �lanhole Frames und Covecs Pont-A-�oussou
33 Oi L3 �lanhole F�ames and Covecs Neenah Castine
FIov,2ite
ASTM D22A0/D412/b752
AST11 C-443/G36L
ASIM 3753
1001 I
3002d
A21AM
R-1272 ASTM A4R & AASHTO �I306
NP 127d ASTM A4R & AASHTO �1305
MH-144N
MH-143N
GTS-STD
33 Oi L3 �lanhole F�ames and Covers (Hinced) Powe�seal Hineed Ducnle]ron Manhole
33 Oi L3 Yiauhole Frames and Covers Samt-Gobain Pioeli�es (Pamrex/rex�s) RE32-RBFS
33 Oi L3 30" Dia MH Rme and Cove� East Jo��an Iron Wocke V 1432-2 a�d V1483 Des�¢ns
33 Oi L3 30" Dia. MH Rme and Cover Siama Cocoocation 11H1651FWN & 1IH16502
33 OS L3 30" Dia MH R�n¢ and Cove� Sta�' Pioe Products MH32FTWSS-0C
33 OS L3 30" Dia MH R�n¢ and Cove� Accucast 22U7U0 Heaw D�ry �n-ith Gasket R�u�
33 OS L3 30" Dia. MH Riup anU Cover(HinQetl & Lockable)
34 OS L3 30" Dia. MH Riug and Cover (Lockable) CL
34 OS L3 30" Dia. MH Ring an� Cover (Hiu�ul & Locl:able) CI
33 Oi L3 30" Dia. 11H Rinq and Cwu
34 Oi L? 30" Dia. �H Riva and Cover
East Jordan Lron Works
SLP Lnd�stries
SIP fiidustries
Comoosite Access P�od�cts, L.P.
Trumb�ll �au�factunne
30" ERGO XL Assembly
�cith Cam Lock/11PIC/T-Gasket
2280 (32")
4267 WT - Hingeil (32")
CAP-ONE-30-FiW. Composite, w/ Lwk
�t/o Hinc
32"(30") Fcame aud Cove�
Water & Sewer - Manholes & Bases/Frames & Covers/Water Tieht & Pressure Tiaht 33-OS-13 Bev 2/3/161,
33 Ui L3 _Via�hole Fcames and (:ovecs Po�t-A-�o�sso�� Pamti¢ht
33 Ui L3 �anhole Frames and (:ovees Neenah Castine
33 US L3 Yianhole Frames and Covecs Westeru lrou Wocks,Bass & Hays Fo�ndry 300-24P
33 OS L3 Yianhole Frames and Covees McKinlev Iron Works Inc. WPA24AM
33 OS L3 Yiauhole Feames aud Covees Accucast RC-2100
33 OS L3 1lanhole Fcames aud Covecs (S1P)Se�amoore Lnd�stries Pcivate Ltd. 30U-2423.75 RiuQ and Cover
Water & Sewer - Manholes dc Bases/Precast Concrete (4ev 1/8/131
33 39 LO �anhole, Precast Conn'ete Hydro Conduit Coep
33 39 LO �lanhole, Precas[ Concrete Wall Conerete Pipe Co. [nc.
33 39 LO �[anhole, Precast Concrete Concrcte Produet]nc.
33 39 LO �anhole. Precast Concrete The'Iumee Company
3739L0 Manhole.PruestConerete The'IurnerCompany
33 39 I � Vlenholc. Prccast Concrdc
333910 Ylenholc.P�ccast(RcinforccdPolymcr)Concrctc
33 39 20 �tanholc. Prcwst Concrcic
323920 Yienholc,ProcactConcrcic
i3 3Y 2U Munholc, Prccast (Rcinforcnl Polymcr) Concrctc
i3 39 20 Vlanholc, Prccast (Hybrid) Pol�nncr & PVC
33 39 20 �[anhole, Precast Conn'ete
33 39 20 �[anhole, Precast (Reinfo�ced Polymer) Concrete
�lenhole. Precast (ReinforerA Polymer) Concrete
Sewer -(WAC� Wastewater Access Chamber 33 39 40
33 39 2U I Wasrev.atec Access Chambec
Oldcdstic Prccast [nc.
US Compositc Pipc
iortcrru Pipc and Prccast
r�,�m��a c�v� a�a r��asc
4rmorock
Gcncva Pipc and Prccasc (Pr dl Systcros)
AmeriTex Pipe and Products, LLC
P3 Pol�ners, RockHardscp
Amitech USA
poicksneam Solotions Inc.
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
EbL4 �IanholeRehabSvsrems poadez
EbL4 1lanhole Rehab Sysrems Stan�ard Cement Mareeials, Inc.
El-l4 1lanhole Rehab Systems AP/M Peemafomi
EI-L4 Vlanhole Rehab System SVong Company
E1-14 Manhole Rehab System (Linec) Tciplex Lininq System
Geneeal Concrete Repair FlexKrete Technologiu
SPL [tem k49
4S" LD. �lanhole w/ 32" Coue
72" LD. Me�hole w'/ 32" Coue
48", 60" CD. Ylanhole w/ 32" Cone
Manhole. S1" Vpeuiu� a�tl t lat lop. (No
Trensirion Conw)
Rcinforcal Polymcr ConcrGc
60" & 72" [.D. Manholc �+/32" Conc
48" I.D. Manholcw/32" Conc
4R" & 6U" [.D. vlanholc w/32" Conc
4R" & 6U" [.D. Manholc w/12" Conc
48" & 60" LD. Ma�hole �c/32" Cone
48" & 60" LD. Ma�hole�c/32" Cone
Meyer Polycrete Pipe
7ype 8 Maintenace Shaft (PooVi�)
Relinee MSP
Strong Seal M52A Rehab System
MH repau produc[ ro stop infilt�ation
Vinyl Potyuter Repair Product
ASiM A536
AASHTO M306-04
ASSHTO M105 & AST�I A536
ASTM A 48
ASTVI A 48
ASTVl A 4K
ASTVI A 48
ASTVI C 478
ASTM C-443
ASTVI C 478
ASTM C 478
ASTVI C 478
ASTVI C 478
ASTM C-76
ASTM C-76
ASTM C-77
AST11 C-478; ASTM G923;
ASTVI C-443
AS'CM D5813
Updated: 6-18-25
Size I
�
I
�
�
SS �IH I
Tratfic and Non-traftic azea I
�
�
�
Non-traffic area I
Non-traffic area �
�
�
24"x40" WD I
�
�
24" Dia. I
24" Dia. I
24" Dia. I
3�" Di� I
�
�
2A" d�z. �
2A" d�a. �
u" D�fl. I
30" D�a. �
30" D�a. �
30" D�a I
30" D�a I
30" D�a I
30" Dia l
30" Dia. I
30" Dia. I
30" D�a. I
30" D�a. I
�
�
24" D�a. I
24" D�a. I
24" D�a. I
24" Dia. I
24" Dia. I
24" Dia. I
�
�
4R" I
aa�� �
48" µ'/12" cone I
72" I
48".60" I
4R" to 84" [.D. I
4R" to 72" I
60" & 72" I
aa�� �
412" & 60" I
4R" � 60" Non I'ruffic Arcas I
I
�
�
�
�
For use w�he�� Std. MH cannot be I
i��stalled doe to deo�h
�
�
�
�
�
�
�
Misc.Ose �
�
* From Original Standard Products List
FORT WORTHB
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
�Approval Spec No. �ClasssiY3cation � Manufacturer
� Water & Sewer - Mxnholes & Bases/Rehab Svstems/NonCementifious
� OS/20/96 E1-L4 �lanhole Rehab Systems Spaycoq,
� 12/14/Ol Coatine foc Cocrosion o�o4ecG�on(Exte�'ioc) ERTECH
� Ol/31/06 Coatines foc Co�rosion P�otect�on Chesterton
I8/28l2006 Coatin¢s foc Cocrosion Protection Warren Environme�tal
I
I33 OS 16, 33 39 L0,
03/19/IS 333920 CoanngCacCocroeionprotectiou(Extzrio�� 8hecwinWillinms
�Water & Sewer - Manhole Inserts - Field Operations Use Onlv Bev 2/3/16)
� 33 OS L3 �anhole [nsen Knutson Entelpnses
� * 3l OS L3 �anhole [nsen South Westem PackaginK
I * 3l OS L3 �lanhole [nsen Noflou�-[nflow'
I 09/27/96 3l OS L3 �suhole [nsen Soutlia'e>tem PackinK & Seals. Iue.
I D9/23/96 33 OS 13 .�/ianholc [nscrt South��cstcrn Packing & Scals. lnc.
�
� Water & Sewer - Pioe Casine Suacers 33-OS-24 (07/Ol/131
II I/04/02 Stccl 13and Casing Spaccrs Advuncal Products and Systcros. [nc.
IO2/02/93 Steinl�� Stccl Casing Spuca Advunccd Producls and Systcros, [nc.
I04/2U87 CasingSpaccrs CascadcWalcrworksManufacNring
� 09/14/10 Stainless Steel Czsing Spacu P�peline Seal and I�wlato�
� 09/14/10 Cwted Steel Casin Spacers P�peline Seal and ]�wlato�
� OS/10/I1 Stainless Steel Casing Spacea' Po�ce�seal
03/19/18 CasingSpace�s BWM
03/19/18 Ca>ingSpacers BWM
I07/29/22 33 OS 13 Casing Spaccrs CCi Pipdinc Systcros
I09/03/24 33 OS 13 Casing Spaccrs Raci (Complctcly HDPC)
�
� Water & Sewer - Pipes/Ductile Iron 33-ll-10[1/8/131
�
� * 33 LI 10 Ductile ]ron Pipe G�i}��� p�pe Produds Co.
� 08/24/I8 33 11 LO DucLlelron P�pe Americun D�ctile Iron Pipe Ca.
I OSl24/t8 3311 LO DuctilelronPipe AmericanDuctileIronPipeCo.
I * 73 Ll 10 Ductile Iron Pipe U.S. Pipe and Eoundry Co.
I* l3 Ll 10 Ductile Iron Pipe McWane Cas[ Iron Pipe Co.
�
� Water & Sewer - Utilitv Lice Marker (08/24/20181
� �
�
� Sewer - Coatings/Eooxv 33-39-60 (Ol/08/131,
I 02/25/02 Epoxy LininG System Sa�ereisen, Inc
I 12/14/Ol Epo_eyLinin-System Eauh'IechnicalCoatinxs
I 04/14/OS ]nteeior Dudile Gon Pipe Coatin� [nduron
IOl/31/06 Coann,-� for Corrosion Protzction Chestenon
I8l282006 Coann-s for Corrosion Protection Warten Environmental
�
� Sewer - Coafin�s/Polvurethane
�
� Sewer - Combination Air Valves
I OS/25/18 33-31-70 Air Rcicasc Valvc A.R.1. USA, lnc-
�
�
� Sewer - Piues/Concrete
I* EI-04 Cone. Pipe, ReinforceA Wall Co�crete Pipe Co. Ine.
� * E1-04 Cone. Pioe, Remforced Hvdro Cond�it Co�oo�ation
I* E1-04 Co�c. Pioe, Remforeed Hanson Conerece Products
I* E1-04 Cone. Pioe, Remforeed Coneeete Pioe & Products Co. Inc.
�
� Sewer - Pioe Enlarement Svstem (Methodl33-31-23 (Ol/18/131,
I PIM Svstem PIM Co�noration
I�IcConnell SYstems McLa[ Consrcuctiou
� TRS Svstems Trenchless Reo�acemeut Svstem
�
� Sewer - Piue/Fiberelass Reinforced/33-31-13(1/8/13)
I 7/21/97 33 31 13 CenL Cast Fiberolass (ERP) Hobas Pipe USA, ]nc.
I 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron
I 04/09/2t 333113 Glass-FiberReinfrcedPolymerPipe(FRP) ThompsonPipeGroup
I03/07/27 33 31 13 Fibergless Pipe (FRP) Future Pipeludustries
09/07/24 l3 31 13 Fibcrglass Pipc (FRP) Supcclit IIoru Sanayi A.S.
�
Model No.
Spcay Well Polyurethane CuatinK
Ser�ee 20230 and 2100 (Aeohet�c Emoleion)
Acc 791, S1HB, 51, 52
5-301 and M-301
RR&C Dampprooting Non-Fibered Speay
Gcade (Asphanc Enmisiou)
�ade to Order- Plastic
�lade to Order - Plastie
�etle to Ortler - Plastie
LifeSaver - Stainless Steel
TcthcrLok - Steinlcss Stccl
Cerbon Stccl Spacas. Modcl Si
Stainlcss Stti-1 Spaccr. Mocicl SSI
cas��s spa���s
Stainless Steel Cas�ng Spacer
Coated Steel Cas�ng Spacers
4810 Povrerchock
SS-12 Cesing Spacer(Stainlus Steel)
FB-12 Casing Spacee (Coated (:a�bou Steep
foe Nou�ressure P�pe aud Grouted Cas�ug
CSC12. CSS12
PerManufacNrecsRey�iremeuts (Se��'ee
Applications Ouly)
Super Bell-Tite Ductle ]ron Press�re Pipe,
Amarlcau PasHte Pipe (Bell Hplgot)
Amencan Flex Ring (RestraineA 7oint)
Seu'erGard 210R5
Eerech 2030 and 2100 Series
Protecto 401
Arc 791, S1HB, Sl, 52
5-701 and M-301
Updated: 6-18-25
National Spec Size
ASTM D639/D790
Sn'�ctures OnIV
Acid 2esistance Test Seµ'ee Aoolicat�ons
sew-ee Aonlica�ious
Foc Exterioc Coa[ing of Concrete
StrucNres Only
ASTM D 1248 Eor 24" dia.
ASTM D 1248 Eor 24" �ia.
ASTM D 1248 Eoc 24" tlia.
Eor 24" tlia.
ro� za^ a+a
up ro aa"
Up to 4R"
Up to 48"
8" - 12" (Scwcr Only)
AW WA CI50, Clil
AWWA C150, CI51
AWWA C150. C151
AW WA CI50, C151
AW WA CI50. CI51
3" thru 24„
4" thm 30"
4" thru l0"
LA County H210-1.33
ASTM B-117
Acid Ruistance Test
Ducnle G-on Pipe Only
Se�ce[ Applications
Se�cer Appli�a[iunS
DU25LTP02(Compositci�odv) I I 2"
ASTM C 76
Class III T&G. SPL ]tem #77 ASTM C 76
�'� -" "��� ,aSTM C76
ASTM C 76
Polvethvlene PIM Coro., P�scata Wav, N.J. Aooroved Prev�ouslv
Polve[hylene Housron, Texas .looroved Previously
Polvethvler�e Calearv, Canada Aoo�oved Previouslv
Hobas Pipe (Non-Pressure)
BondsVand RPMP Pipe
"Chompson Pipe (Elo«tite)
Eiberstrong FRP
Superlit iRP
ASI'M D3262/D3754
ASTM D3262/D3754
ASTM D3262/D3754
AST� D3262, ASTM D3681,
AST� D4161, AW WA M4i
ASTU D3262, ASTM D35 L7,
AS"CM 3754, AW WA C9iU
* From Original Standard Products List
FORT WORTHB
�Approval Spec No. �ClasssiY3cation
� Sewer - Piue/Po vmer Pipe
� 4/14/OS Polymer Modi6e�1 Couercte Pipe
I 06/09/10 El-9 Reinfocced Polymer ConeretePipe
�
� Sewer - Pioes/HDPE 3331-2311/8/l31
I * Hi�h-drnstypolyc[hylcncpipc
I * Hi�;h-drnsitypolycthylcncpiPc
I * Hi�;h-drnsitypolvcthylcnco�Pc
I Hi�;h-dcns'ity Po�vcthylcnc o�Pc
�
� Sewer - Pioes/PVC [Pressure Sewerl 33-11-12 (4/1/131
I 1Z/OZ/11 33-LI-L2 DR-14 PVC Preswre Pipe
� 10/22/14 33-LLL2 DR-14 PVC Preswre Pipe
�
� Sewer - Pioes/PVC* 33-31-20 (7/1/131,
� * 333 L-20 PVC Sewee P�oe
� 12/23/57* ?3-3 L-20 PVC Sewee Pioe
� * 33-3 L-20 PVC Sewee Pioe
� 12/OS/23 33-3 L-20 PVC Sewer Pioe
� 12/OS/23 33-3 L-20 PVC Se�e-ee Pioe
� * 33-3 L-20 PVC Se�cee PJi �e
I OS/06/OS 33_3L_Zp PVC Solid Wail Pipe
I 04/27/06 33-3L-20 PVC Se�cee Fi[[ings
I * 33-3�-Z� PVCSe�cerFrttings
I 3/192018 33 3 L 20 PVC Se�cer Pipe
I 3/192018 3l 3L 20 PVC Se�cer P�e
I 3l292019 3l 3 L 20 Gasketed F�wngs (PVC)
I 10l212020 3l 3 L 20 PVC Se�cer Pipe
I 1022l2020 33 31 20 PVC Scwcr Pipc
I 10212020 33 31 20 PVC Sc��cr Pipc
�
�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Amitech USA
US COmpOSi�C Pipe
Phillipn Dris'copipc, Inc.
Plcxcolnc.
Polly Pipc, [nc.
CSR Hydro ConduiCPipclinc Svetcros
Pipel�fz Jeisheam
Royal B�ildmg Products
Model No.
Meyer Polycrete Pipe
Reinforceil Polymer Concrete Pipe
Opticorc Du�tilc Polycthylcnc Pipc
McConndl Pipc L'nlar�cmrnt
PVC Pressure P�pe
Royal Seal PVC Preswre Pipe
D-M Mauu£actoune�o.,l��a. CJ1I Ea¢I )
Diamond Plastics Cocoocation
Lamson Vybn Pioe
Vinyltuh PVC PiDe
Vi�yltuh PVC Pioe
J-M Man�fzct�rin�Co, Inc. (J_�I EaKle)
Diamon� Plasncs Corporation
Har�o
Plastic Teends, ]nc.(Westlake)
Pipelife 7el Sl[eam
Pipelife Jet Stream
GPK P�ociucts, Inc.
NAPCO(We>tlake)
Sandcrson Pipc Corp.
NAPCO(Wcetlekc)
0DR-26 (28115)
SDR-26 (29115)
9DR-26 (29115)
6DR-26 (26115�
GcaviN Seµ-ec PS I15
PS I15
PS I15
SDR-26 (PS 115) Gasket EittiuRs
Gasketed PVC Seµ'er Main Eittiu�s
SDR 26 (PS I15)
SDR 26
SDR 26
SDR 26
SDR 26
SDR 26 PS I I S
Updated: 6-18-25
National Spec Size
ASrM C37, A276, F477 8" l0 102", Class V
ASTM C-76
ASTM D 12dR R"
ASTM D 124R R"
ASTM D 124R R"
ASTM D 1248
AW WA C900
AW WA C500
ASTM D 303q
ASTM D ?034
ASTM D ?034
A67YI D31134
ASTM F 679
ASTM F 679
ASTM F-679
ASTM D-3034, D-1784, etc
ASTM D 1014
AST� F679
AST� D307J
AST� D7034
AST� D7074
nsT�rt n�a3a
ASTM G-679
�
3"-li"
4" rhr� 15"
4" thr� 15"
4" rhro 15„
I H"
is��-zx„
18" to 48"
4" - 15„
I S"- 24"
4"- 15"
4"- 15"
4"-15"
a^- i s„
I R"- 36"
* From Original Standard Products List
FORT WORTHB
IApproval Spec No. ClasssiY3cation
� Water-Aqqur,enances33-12-10f07/Ol/131
I 09/03/24 33-12-10 Double Strep Sadtlle
I Ol/18/I8 73-12-10 Double SVap Sadtlle
I 08/28/02 Double Strap Sadtlle
I 0723/12 33-12-10 Doublc Strap Scrvicc Suddlc
U3/07/23 33-12-10 Do�ble Strao Seevice Sad�31e
� 10/27/87 Corb Stoos-Ball Yle�er Valvu
10/27/R7
5/25/2018
snsnois
5l252018
sizsizoix
525/201 R
sizsizo i x
O1/26/00
0/5/21/12
fH/39/2P
OS/10/I1
02/�9/12
02/79/12
02/Z9/R
115/10/I1
�
10/O1/87
fH/3188
f1950/tU
O1/12y3
08/24/88
ovi¢ux�
10/14/R7
Ol/ISBS
10/09/87
09/16/87
08/12/16
Curb Stops-6all .Uictcr Valvcs
33-12-10 C�rb Stoos-Ball Yleter Valves
33-12-10 Curb Stops-Ball �lerer Valves
13-12-10 Curb Stops-Ball Vletzr Valves
33-12-10 Corb Stoos-Ball 1leter Valves
33-I2-IO Curb Srops-I3all Vlctcr Valvcs
3�I2-I O Curb Stopc-Ball Mctc� V21vcs
Cwted Taoo���e Saddle �M1-ith Double SS Straos
33-12-2i Papplue 6leeva (Coated Bteaq
3i-12-2i Tapo�oe 6laeve (Coated o� Btalnless Steep
Taooine sleeve (Stamless Bteeq
33-12-2i 7aoo���e sleeve (Coated S'teeU
33-12-2i 7aoP��e Sleeve (Stainless Steel)
33-12-25 TaDP���c Sleeve (Sta�nless Steel)
Joi��l Repai[ Clamp
Plastic Metee Bos n-/Comoosite Lid
Plastic Metee Boz n-/Comoosite Lid
Plastic Meter Box «-/Comuosite Lid
Concee[e Yle[er Box
Conaete �leter Box
Conerete �Ieter Box
Water - Bolts. Nuts, and Gaskets 33-11-OS (Ol/08/131
None �
Water - Combination Air Release 33-31-70 fOl/08/l31
CI-I I Combinetion Ai� Rcicacc Valvc
CI-I I Combination Air Rcicasc Valvc
CI-I I Combination Air Rcicusc Vnlvc
Water- Dry Bfrrel Fire Hvdrants 33-12-40 (O1/15/14)
E-L-12 Dry Barrel F�re Hvd�ant
E-L-12 D�v Barrel F�re Hvdrant
E-L-12 Dcv Barrel F�re Hvdrant
E-612 Dry Barrel Fu�e Hvdrant
E-612 Dcv Barrel F�re Hvdrant
E-L-12 Dcv Barrel Fire Hvd�ant
E-L-12 Dcy Barrel Fire HVdrant
L-I-12 DryRarrcliircHvdrant
El-L2 Dry Bareel Fire Hydrant
E-L-12 Dry Barcel Fire Hydrant
E-L-12 Dry Baael Fire Hydrant
33-12-40 Dry Baael Fire Hydrant
Water - Meters
LLOLS DetectorChukVletzr
�ta�nctic Drivc Vcrtical Turbinc
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Ford Meter Bux Co., Inc.
Romau
Smith Blair
Mudlcr Company
Poweeseal
McDonald
McDonald
Ford Yleter Box Co., Inc.
Ford �Ieter Box Co., Inc.
Ford �Ieter Box Co., Ine.
Yluellee Co., Ltd.
Vlucllcr Co., Ltd.
Vlucllcr Co.. Ltd.
JCYi Industries, Inc.
JC�lludustries,Inc.
JC111ndustries Inc.
Po�}e�seal
Roinac
Romac
Romac
Poue�seal
DF W Plastics Lnc.
DF W Plastics Luc.
DFW Plastics Luc.
Bass & Hays
Bass & Hays
Bass & Hays
Model No.
202B
202NS Nylou Coated
�317 Nybn Coated Double Strap Saddle
DR2S Doublc (SS1 Shup DI Saddlc
3450A5, IncL Coco. Stoo. Dbl Strao. Stainless
6100M,6100MT & 610MT
45f}3B 4604B,6100M.fi100mMend6101M
FB600JNL, FB1600-7-NL FV23-777-W-NL,
L22-77NL
PB600-6-NL, FB1600-6-NL, FV23-666-W-
NL, 122-66NL
FB600-4-NL, FB1600-4-NL, Bl1-444-WR-
NL, B22444-WR-NL, L28-d4NL
B-25000N, &24277N-3,B-2U2UON3, H-
15000N„ H-1552N, H142276N
I3-25000N, 13-20200N-3, 6-2A277N3,H-
ISOOON, H-1427bN, H-15525N
R-25000N, Ii20200N-3,H-ISOOON, H-
15530N
k406 Do�ble Band SS Suddle
412 Tapp�nR Sleeve ESS
415 iaoo�ne Sleeve
�490A6 (FlanRa) &3450MJ
FTS 420
SST Stamless Steel
SST LLL Stai�iless Steel
3232 Bell Joint Reoair Clamo
DF W37C'-12-I EPAF FT W
DFW3)C'-12-IEPAF FTW
DFN'65C-14-IEPAF F7W
CYIB37-BI2 1118 LID-9
CMB-1 R-Dual 1416 LID-9
C�IB65-B65 1527 LID-9
National Spec
4W W 4 C800
AWWA CR00
NSF ANSL372
AW WA C800
AW WA C800
AW WA C800
AW WA C800, ANSF 61,
ANSI/NSF 372
AW WA CR00. ANS[' 61,
ANSI/NS� 772
AW WA C800. ANS[" 61,
ANSIMS� i72
AWWA G223
A W WA G223
AWWA C-223
AWV✓A C-223
A W WA C-223
GA Indu 7rics. [nc. Cmpirc Air and Vacuum Valvc, Modcl 975 ASTM A 126 Class i3, ASTM A
Multiplcx MenuFcturin� Co. Crispin Air and Vacuum Valvcs. Modcl No.
ValvcandPrimcrCorp. APCO#143C,#145Cand#147C
Amencan-Dadine Valve
American Dadine Valve
Cbw Corooranon
Amencan AVK Comoa�v
Clo�c Coroorarion
ITT KenneJv Valve
M&H Valve Comoanv
Vludlcr Company
Yl�elle[ Company
U.S. Pipe & Foundry
American Flow Control (AEC)
EI (Eest lordan [ron Works)
D�au�ine Noe. 90-1860& y4-18560
Shoo Drawina No. 94-18751
Bhoo Dcawme Na D-198Ji
�Ialel 2700
Dra��in¢s D20835, D20436. B20506
Shoo Diau'in� No. D-807R3FW
Shoo Dcau'ine No. 13476
Shop Dra�tings No. 6461
A-423 Ccnturion
Shup Dran'ing FH-12
A-423 Supe[ Cent�rion 200
Shop Dcau'in-No. 960250
Wale[ous Pacer WB67
WaterMaster SCD250
AWWA G502
AWWA G502
AWWA G502
AWWAG502
AWWA G502
AW WA C:-502
AW WA G502
AWWA G502
AWWA CS02
A W WA CS02
A W WA G502
Ame> C�mpany
Hcrscy
Model 1000 Deteetor Cheek Valve
Vla�nctic Drivc Vcrtical
AW WA C550
AWWA C701, ClaSs I
Updated: 6-18-25
.�IZE I
I
1"-2" SVC, up m 16" Pipe �
1"-2" SVC, up m 24" Pipe I
�
1"-2"SVC.upto24"Pipc I
1"-2" SVC, �D to 24" Pipe
3/4" aud I" �
l'/" and 2"
Z"
I-1/2„
z„
I-I/2"
I'
1"-2" Taos on up to 12"
Up to 30" w/12" Out
Concrete Pioe Unlv
4"-8" a�d I6"
U o ta 42" «�/24" Out
Uo ta 2A" n�/12" Out
Uo Ca 30" a�/12" O�C
1" Co 30„
Class "A
���&Z�
12�� ���&Z��
��� 2��&z��
4" - t 0"
3/d" - 6"
* From Original Standard Products List 4
CITY OF FORT WORTH
FORT WORTHB WATER DEPARTMENT
STANDARD PRODUCT LIST
IApprovall Spec No. I Classsification I Manufacturer I Model No. I National Spec
� Water - Piqes/PVC (Pressure Water133-31-70 [Ol/08/131
IAW WA C900, AW WA C605,
12/OS/27 13-1L-12 PVCPressurePipe VinylteehPVCPipe DRI4 ASTMD1784
IA W WA C900, A W Wa C605,
12/OS/23 33-II-12 PVCPressurcPipc VinyltcchPVCPipc DRIR ASTMD17R4
IA W WA C900, A W WA C605,
09/03/24 33-II-12 PVCPres's'urcPipc NorthcrnPipcProclucts DR14 ASTMD1784
IA W WA C904 A W W A C605,
09/03/24 37-II-12 PVCPrws�rcPipc NorthcrnPipcPral�cts DRIR ASTMDI784
� 3/19/2018 33 1 L L2 PVC Pre�wre Pioe Pipel�fe Jet Stream DR14 AW WA C900
I 3/19/2018 33 1 L L2 PVC Pre�wre Pipe Pipel�k Jet Stream DR18 AW WA C900
� 5/25/2018 33 1 L L2 PVC Pre�wre Pipe Dian�oud Plastics Co�oo�ation DR 14 AW WA C900
5l252018 33 1 L L2 PVC Pressure Pipe Diamond Plasties Corporation DR 18 AW WA C900
AW WA (;900-16
12/6201 R 33 I I 12 PVC Pressurc Pip� J-M Manufacturing Co., lnc d/b/a J�I Laglc DR 14 UL 12tl5
ANSI/NSF 61
F11 1612
AW WA C900-16
12/h/2018 73 I I 12 PVC Preswrc Pipc J-M ManuFacturing Co., lnc d/b/a JVI Luglc DR 18 UL 1285
ANSI/NSF 61
FVI 1612
I 9/6/2019 33 1 L L2 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AV✓WA C900
� 9/6/2019 331LL2 PVCPre�wrePipe NAPCO(Westlake) DR18 AWWACY00
I 9/6/2019 331LL2 PVCPrusurePipe NAPCO(Westlake) DR14 AWWAC900
I 9/6/2019 331LL2 PVCPrusurePipe Sande�sonPipeCoip. DR14 AWWAC900
�
� Water - Piues/Valves & Fittines/Ductile Iron Fittines 33-11-11 (Ol/08/131
I 07l23.72 EI-07 Duct�le Iror� Fitt�ngs Stae Pipe Products, Inc. Mechanical Joint Fittings AW WA CI53 & C1 LO
I * E1-07 D�ctile Iron Fittin¢s Griffin Pioe Products Co. Mechanical 7oint FittinRs AW WA C 110
� * E1-07 D�ctile Ieou Fi[tiu�s McWane/Tylee Pipe/ Union Utilities Division Mechanical Joint Fittiugs, SSB C7ass 350 p�y�yA C 13, C 110, C 1 Ll
� U8/I 1/98 E1-07 D�ctile Irou FittiuKs SiKma, Co. Mechanical Joint FitCiugs, SSB Class 351 p�y�yA C 13, C 110, C 1 L2
I 02/26/14 E1-07 YiJ Fi[[in,Gs Acc�cast Class 350 C-153 Mf Fittings AW WA CI53
I OS/14/98 EI-07 Ductile]ron Ioint Resiraints Focd Metec Box CoJUni-Flange Uni-Flange Secies 1400 p�yWA CI11/CI53
I OS/14/98 EI-24 PVClointRestraints FocdMetecBoxCOJUni-Elanxe Uni-ElangeSecies1500Cirde-I,ock p�yWACllI/C153
I I1/09/04 E1-07 Ducnle]ron Ioint Rutraints One Bolt, [nc. One Bolt Restcained Ioint Eitting AWWA Cl l l/CI16/C153
� 02/29/12 33-1 L-1 L Ducnle lron Pipe Mechanical Join[ Restraint PBAA Iron, Inc. -Viegalug Series I100 (for D[ Pipe) p�y�yp Cl l l/CI16/C153
� 02/29/12 33-1 L-1 L PVC Pipe Mechanical Juint Restwint EBAA ]con, [nc. -Viegalug Series 2000 (for PVC Pipe) p�y�yp Cl l l/CI16/GSl
I 08/OS/04 E1-07 �/echenical Joint Reteinee Glands(PVC) Si�na, Co. Sigma One-Lok SLC4 - SLGO AW WA CI11/G53
I 03/06/19 33-II-II .�/icchanicalJointRctaincrGlands'(PVC) Si� a,Co. Si�naOnc-Lok5LCS4-SLCSL2 q�yWqClll/CI53
I D8/OS/04 P.I-07 .�/icchanical Joint Rctain�r Glands'(PVC) Sigma. Co. Sigma Onc-Lok SLCL q�yWq CI I I/CI53
I 08/10/98 CI-07 .�/iJ Pittinqs(D1P) Si�;me. Co. Sigme Onc-Lok SLDC q�yµ�q CI57
10/12/10 CI-2J lntcrior R�treincd Joint Systcm S& 13 Tcchncial Products �ulldog Systcm ( Diamond Lok 21 & JM qSTM �-1624
ASTM D395, D412, D47L, D573.
04/07/69 Inteeior ResnaineilfouitSystem Hultec kiydrogrip-R D883, D1149, DL229, DL349,
D1414, DI4L5, DL566, F9L3
08/16/06 li1-07 �echanicalJointFittinqs SIPI�dustries(Serampore) �echunicaUomtF�ttmgs AWWACI53
� 11/07/16 33-1 L-1 L Yiechanieal Joint Retamer Glands Stac Pioe P�od�c[s, Ine. PVC Smrgrip Series 4000 ASTM A536 AW WA Cl Ll
� 11/07/16 33-1 L-1 L Yiechanical Joint Retamer Glands Stae Pioe P�od�c[s, Inc. DIP S[arg�ip Seues 3000 ASTM A536 AW WA Cl Ll
�EZ Grip Joint Restramt (EZD) Bl�ck Foc DIP
03/19/18 33-1 L-1 L Yiechanical Joint Reta�ner Glande 8IP ]udoahies(8eeamoo�e) ASTM A536 AW WA Cl Ll
I D3/19/I R 33-I I-I I .�/icchanical Joint Rctaincr Glands' SIP lndushics'(Scramporc) EZ Grip Joint Reshaint (EZD) Red foe C9U0 qSTM A536 AWWA CI I I
DR14 PVC Pipe
I 07/19/I R 33-I I-I I .�/icchenical Joint Rctaincr Glan�s' SIP lndus'irics'(Scremporc) EZ Grip Joint Reshaint (EZD) Red foe C9U0 qSTM A536 AWWA CI I I
DR18 PVC Pipe
Updated: 6-18-25
.�IZE I
4"-16"
16"-I R"
4"-16"
16"-18��
a^-i2^
16"-24"
4"-12"
16"-24"
d"-2R"
Ib"-24"
4�� R��
16" _ 2A"
4"- 12"
4"- 12"
4"-12„
4" to 36„
4" to 24"
4" to 12"
4" to 42"
4" to 24"
4" to 10"
4" to 12"
12" to 24"
a�� - za„
4" to 12"
4�_lZ„
4" to 24"
3 ��„
4"-12"
16"-24„
* From Original Standard Products List 5
FORT WORTHB
IApproval
I
�
I 12/13'02
I 08/31'99
I DS/1899
I 10/24/00
� oaiosioa
I OS/23/91
� oiaaioz
� *
� *
� *
� 11/08/99
� 01/23/03
� OS/13/OS
� O1/31/06
� oirzaixa
� 10/04/94
� 11/08/99
� 11/29/04
II/30/12
I OS/OR/91
� *
� 10/26/16
I OSl24/18
I
I
� `
� `
I I/I I/99
I 06/12/03
I 04/06/07
I 03/19/I R
� 09/03YL4
�
�
I osiivos
I OS/12/OS
/
� US/12J05
� U9/06/19
�
�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Spec No. �Classsification Manufacturer
Water - Pipes/� alves & Fittinas/Resilient Seated Gate alve* 33-12-20 [OS/13/15)
Reslient Wedged Gate Vnl�'e w.'uo Gears Amenwn Elou' Control
Resilien[ WedReQa[e Valve Ameriean Flow' Coutrol
Resilient WeclRe Gate V�Ive Ameriwn Fluw Contsol
Rcsilirnt W�IKcGuccVul�c Amcr�a�n Plo�� Control
P,I-2(� Rwilicnt WcdKcGntc Valvc Amcrican ClowControl
Rcsil irnt Wul�c Gacc Vul�c Amc.ncan Plow Control
CI-26 RcsilicntWccl�cGatcVulvc AmcricanAVKCompany
CI-26 Rcsilicnt Wccl�cGatc Vulvc Amcrican AVK Company
P.I-25 Rcsilirnt Scatcd Gatc Vulvc Kcnncdy
EI-26 Resilient Seated Gate Valve M&H
EI-26 Resilient Seated Gate Valve Mueller Co.
Res�lient Wed¢e Gace Valve M�elle� Co.
Res�lient WeA¢e Gace Valve M�eller Co.
Resilient WeAce Gace Valve M�eller Co.
Resilient WulRe Gece Velve Mueller Ca
EI-26 Resilient WedaeGate Valve Clow ValveCo.
Res�lient W edee Gace Valve Clow Valve Co.
EI-26 Resilien[Wed¢eGateValve C1owValveCo.
Resilient Wedce Gate Valve Clow Valve Co.
Rwilicnt Wcd�c Gatc Vulvc
EL-26 Resihe�t Seatecl Gzte Valve
EI-26 Resilient SeateA Ga[e Valve
33-12-20 Resilient Seated Ga[e Valve
�[atco Gete Valve
Clow Valvc Co.
Srockham Valves & Frttings
U.S. P�pe und Found�y Co.
EJ (East Iordan Iron Works)
Metco-Nocca
Model No.
Series 2500 D�awi�R K 9430247
Secies 2530 antl Seriu 2536
Series 2520 & 2524 (SD 9J-20255)
Scricc 2516 (SD 94-20247)
Saics 2500 (Ductilc [mn)
42" antl 4R" APC 2500
Amcricen AVK Rcsilicnt Scadcd GV
Berlas A2361 (BD 6647)
Ber�as A?360 fbr 18"-24" (6D 67091
Mueller 30" & 36". G515
Mueller 42" & 48", G515
16" B6 (iV (6D D-20yJ5)
CIowRW Valve(SDD-216S2)
Clow 30" & 36" GS � 5
Clow Valvc vlalcl 263R
Metmsea1250. requiremenls SPL 1!'74
EJ FlowMas2r Ga�e Valve & Bozes
22.i MR
Updated: 6-18-25
National Spec Size
AW WA C515
AWWA C515
AW WA C515
4WW4 C515
AW WA C515
AWWA C509
AWWACili
AW WA C515
AW WA C515
AWWA C'S15
AW WA C309
AW WA C515
AWWAC515
AW WA C515
AWWA C515
AWV✓A C 509. ANSI 420 - stem,
AW WNANBC Cl I S/AnL.15
Water - Pioes/Valves & Fittinas/Rubber Seated Buttert] � Valve 33-12-21 (07/10/141
P.I-30 RubbcrScerctli3uttcrFlyValvc HcnryPrattCo. AWWAG504
P.I30 Rubbcr Scarctl i3uttcrHv Valvc Mucllcr Co. AWWA G504
CI30 Rubbcr Scatcd iluttcrFly Valvc Dc�.urik Valvcs Co. AWWA G504
CI-70 Valmatic Amcrican i�uttcrFly Vnl�c Vulmntic Val�c and Manufucturin� Corp. V�Imetic Amcrican [�uttcrFly Valvc. AWWA 6504
CI30 Rubbcr Swtcd i�uttcrFly Vulvc M&H Valvc M&H StyIcd500 & 1450 AWWA G504
i3 12 21 Rubbcr Scand RuttcrFlv Vulvc G. A. industrics (Goldcn Andcrson) AWVJA C504 RuttcrFly Vulvc AWWA G504
33 12 21 R�bber Seared Butterfly Valve Amencan AVK Company AW WA C504 Butte�Hv Valve Class 250B AW WA G504
Water - Polvethvlene Encasement 33-11-10 f01/08/131
El-L3 Polvethvlene Encasment Flessol Packaeine Fulro� Encero���ses
ELL3 Polvethvlene Encaement �loante�u Smtes Plastias (MSP) a�d AEP ]nd. Stauda�d Hard�care
ELL3 Polvzthvlene Encasment AEP I�doshies BollsfronR by Coutoa�n Bolt & Gasket
i
33-1 L-1 L Polyethvlene Encasment Noethtown Peal�cts ]nc. PE Encasemen[ for DIP
Water - Samoliva Station
"�,�a I �,�
� Water-AutomaticFlusher
I10/21/20 Automated Elushing System
� U4/09/21 A�tomatul Fl�sh�ng Syscem
I U4/0921 A�to�nated Fl�sh�ng Syscem
�
Muellec Hy�roRuar�
Kupferle Fo�ndry Company
Kupferle Fo�nJry Compa�ry
HG6-A-IN-2-BRN-LPRR(Poilable)
HG2-A-IN--2-P V G018-LPLG(Permnuenl)
Eclipse �9800vrc
Eclipse fl9700 (Portable)
AW WA CI05
AW WA CI05
AW WA CI05
AW WA [ 105
16"
30" antl 36"
20" antl 24"
16"
4" to 12"
42" and 4R"
a^roiz�
20" and smallcr
4" - 12"
4"-12"
4"-12"
16"
24" and smalle��
30" and36"
az° T„a ax^
4" - 12„
16"
24" aud smaller
30" and 36" (voce 3)
24" to 48"��otc 3)
a�� - i
3" to 16"
4" to 16"
24"
24"and sinallcr
24" and larqcr
Up to R4" diamctcr
24" to 4ft"
30"-54"
24" - 48"
8 m�l LLD
8 m�l LLD
8 m�l LLD
8 mil LLD
This product removed
Thc Port Worth Watcr Dcparimrnt's Stendard Products' Lis't hus' bcrn dcvclopcd ro minimi�c chc subminal rcvicw ofproclucts which mcctthciort Wor1h Watcr Dpartmrnt's Standard Spccificeiions' during utility wns'ttuction pr jccts. Whcn Tcchnical
Spccifications for spccific products. arc includcd as part ofthc Construclion Contract Documrnts, thc n-qui rnts ofthcTcchnical Spccificution will o rridcthcPort Worth Watcr DcpartmcnYs Standard Spccificu[ions und thc Porc Worth Wotcr Dcportmcnc's
Standard Products List and npproval ofthc spccific products will bc bascd on thc rcquircmrnts of [hc Tcchnical Spccificoiion �vh�th�r or not thc spccifcVprocluct mccts thc Cort Worth Wnicr Dcpartmcnt's Smndard Spccifications or is on thc Cort Worth Watcr
Yelloa' Highlight indicares eecent dianges
* From Original Standard Products List 6
FOR�C WORTH-� CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
"�' - STANDARD PRODUCTS LIST AS OF 12/31/2025
T !! Atfention: �liz Uesi ns do nor supersede CI'N' Speci�ications !!
...... I ........ 1 1
1 1•
9/9/2022
4/3/2025
7/16/2025
9/9/2022
4/U202A
9/9/2022
9/9/2022
9/9/2022
4/28/2025
9/9/2022
9/9/2022
9/9/2U22
9/9/2U22
1/29/2024
9/9/2022
9/23/2024
5/8/2025
4/7/2023
9/9/2022
9/9/2022
4/1/2023
6/1/2023
6/1/2023
I7/2/2022
4/7/2023
9/9/2022
9/9/2022
9/9/2022
5/9/2025
10/4/2023
10/4/2023
7/10/2023
1/18/2023
1/24/2023
72/22/2025
10/24/2024
10/24l2024
10/18l2024
�i�iznzz
9/9l2022
10/]0/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
l]/]7/2025
9i9�znzz
9/9l2022
8/21/2025
4/2R/2025
4/28/2025
4/2R/2025
8/4/2025
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2U22
9/9/2022
5/7/2025
2/7/2025
2/7/2025
9/9/2022
8/14/2025
4/27/2023
9/9/2022
8/4/2023
I 1/20/2023
I 1/20/2023
Concrete
Class A(Sidewalk. ADA Ratt ps, Driveway� Curb/Gutter, Median Pavement)
32 13 20 Mix Dcsi�vn Amcrican Concrccc�ompany 30CAF029 3000 psi
32 13 20 Mix Desi�n� Bi� To�m Concrere 2211 3000 psi
32 13 20 Mix Design Big To�m Concrere 22113 W i[h 30 % SIaR 3000 psi
32 13 20 Mix Design Bumco Texas 30UIOIAG 3000 psi
32 13 20 Mix Ucsign Bumco'Ccxas 30USOOBG 3000 psi
3213 20 Mix Dcsign Cardcc Concrctc FWCC502001 3000 psi
3213 20 Mix Dcsign Cardcc Concrcic FWCC502021 3500 psi
32 13 20 Mix Dcsign Chisholm T�ail Rcdi Mix C13020AL 3000 psi
32 13 20 Mix Dcsiqn Chisholm Trail Rcdi Mix CT6020A 3600 psi
32 13 20 Mix Dcs� City Concrctc Coiq�any 30HA20ll 3000 psi
32 13 20 Mix DcsY,n Cow Town Raii Nhx 253-W 3000 psi
32 13 20 Mi;c Dcs�� Cow Town Ra1i Mix 250 3U00 psi
32 13 20 Mi;c Dcs�� Cow Town Rcdi Mix 350 3U00 psi
32 13 20 Mi�c Des�� Eshada ReadY Mix R3050AEWR 3000 psi
32 13 20 Mi�c Des��np Amriza/ Halwm L261 3000 psi
32 13 20 Mix Des��n Amrize/ Hulcim 5177 3000 psi
32 73 20 Mix Des��n Amrize/ Holcim 530WA-TI 3000 psi
32 13 20 Mix Des��n Liquid Stone C301D 3000 psi
32 13 20 Mix Desi�n MUrtin Marietta R2136214 3000 psi
32 13 20 Mix Desi�n MUrtin Marietta R2136014 3000 psi
3213 20 Mix Des'rm� Martin Marietta R2136NI4 3000 psi
3213 20 Mix Des� Martin Marietta R2136R20 3000 psi
3213 20 Mix Design Mzrtin Marietta R2136N20 3000 psi
32 73 20 Mix Desi�m Mzrtin Marietta i22141K24 4000 psi
3213 20 Mix Desi�m Mzrtin Manetta i22136K14 3000 psi
32 13 20 Mix Desi�n Mzrtin Manetta R2131314 3000 psi
32 13 20 Mix Desiqn Mzrtin Marietta R2132214 3000 psi
32 13 20 Mix Desi� Marlin Manetta D9490SC 3000 psi
32 13 20 Mix Desj� Marlin Maneua R2136R14 3000 psi
32 13 20 Mix Desi� NBR Ready Mix CLS A-YY 3000 psi
32 13 20 Mix Desi¢,n NBR Ready Mix CLS A-NY 3000 psi
32 13 20 Mix Desi�i Osburn 30ASOMR 3000 psi
32 13 20 Mix Desj�i Rapid Redi Mix RRM5020A 3000 psi
32 13 20 Mix Des��i Rapid Redi Mix RRM5525A 3W0 psi
32 13 20 Mix Des��n Ran�d Redi Mix 3250AL With 50% SI�� 3000 psi
32 13 20 Mix Devgn SRM Concrete 30850 With 20% F'ly Ash 3000 psi
32 13 20 Mix DesiK� SRM Conc�ete 30350 3000 psi
32 13 20 Mix Des�� SRM Conc�ete 30050 With 20% Fly Ash 3000 psi
32 13 20 Mix Des��� Tarrant Conaete FW5025A 3000 psi
32 13 20 Mix Desj�g Tarrant Concrete CP5020A 3000 psi
32 13 20 Mix Desian Tarrant Concrete TCFW5020A 3000 psi
32 13 20 Mix Desian Tarraut Concrete FW5525A2 3000 psi
32 13 20 Mix Design Ti�au Ready Mix 3020AE 3000 psi
32 13 20 Mix Design Tme ('nit Redi Mix 0250.230 3000 psi
32 13 20 Mix Design Tme Grit Redi Mix 0250.2301 3000 psi
32 13 20 Mix Desi�m Tme Grit Redi Mix 450230 With 30% SIaF 3000 osi
Class CIP Inlets, Manholes, Junction Boxes, Encasement, Blocldn , Collars, (Spread Footing Pedestal Pole Foundafions —Reference Detai134 41 10-D605A )
32 13 13 �ix Des�� Amecican Conc�ete Company 40CNF06� 400� psi
32 13 13 Mix Des�K� Burnco Texas 40USOOBG 4000 psi
33 13 13 Mix Desig� Bumco Texas 36USOOBG I" 20% MRWR AIR fLi¢htin¢ and Sig�ial Faotiva Foundation) 3500 psi
34 13 13 Mix Dcsian Chisholm Trail Rcdi Mix CT6020A 3600 psi
35 13 13 Mix Dcsien Chisholm Trail Rcdi Mix CTFW5520A 3600 Usi
36 13 13 Mix Dcsi�� Chisholm Trail Rcdi Mix CTFW6020A 4000 psi
37 13 13 Mix Dcsi�� Chisholm Trail Rcdi Mix CTFW5020A 3000 psi
32 13 13 Mix Dcsien Cow Town Rcdi Mix 255-2 3000 psi
32 13 13 Mix DcsiFn Cow Tokm Rcdi Mix 355 3UOU psi
32 13 13 Mix DcsiFn Cow Toam Rcdi Mix 255 350U ps�
32 13 ] 3 Mte Dcsi�n Cow mown Rodi Mix 270 5000 ps�
3213 13 MLe D sj� Cow Town Redi Mix 370 5000 ps�
3213 13 MLe Des� Cow Town Radi Mix 353 3000 ps�
32 13 13 Mix Des� Cuw Town Redi Mix 257 3 WU ps�
32 13 13 Mix Des�xn Cow Town Redi Mix 357 3 W(�si
3Z 13 13 Mix Desixn Cow Town Redi Mix 265-42 4200 psi
32 13 13 Mix Desikn A�nrize/ Halcim 1701 d000 n+i
32 13 13 Mix Desian Amrize/ Halcim I551 3000 psi
32 13 13 Mix DesiKn Amrize/ Holcim 54{l9 df100 psi
32 13 13 Mix Design Amrize/ Holcim 540WA-TI With 20% Flv Ash and 30% Slag 4900 psi
32 13 13 Mix Desiyn Liquid Stone C361 DNFA 3600 psi
32 13 13 Mix Des�n Martin Marietta R2141230 4900 psi
32 13 13 Mix Design Martin Marietta R2141R24 4900 psi
32 13 13 Mix Design Martin Marietta R2146R33 4000 psi
32 13 13 Mix Desigp Martin Macietta R2146K33 4000 psi
3-5" Slyimp; 3-6% Air
3-5" Slyymp; 3-6% Air
3-S" Slyymp; 3-6% Air
3-S" Slgmp; 3-6% /�i�
3-�" Slgmp; 3-6 % Aic
3-5" SIymP; 3-6 % Air
3-5" SIJ1mp; 3-6 % Aic
3-5" SIJ1mP; 45-75 % Air
3-5" SIy mp; 3-G% Air
3-5" SIpmp; 3-6% Aic
3-5" SIymp; 3-6% Air
3-5" SIymp; 3-6% Ai�
3-5" SIymp; 3-6% Ai�
3-5" SIpmp; 3-6%Ai�
3-5" SIgmp; 3-6% Aii�
3-5" SIgmp; 3-6% Air
3-5" SIgmp; 3-6% Air
3-5" SI�mp; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Shunp; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 4.5-75% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6%Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6%Air
3-5" Slump; 3-6% Air
3-5" Slump: 3-6% Air
3-5" Slump; 3-6%Air
3S" S)yynp; 3-6% Af�
3-5" 8hm�p; 3-6% Alr
3-5" Slun�p:3-6% Air
3-S" Slimip:3-6% Air
3-S" S��tmo:3-6% Air
3-5" Slimio:3-6% Aic
3-5" Slimip:3-6% Aic
3-5" SI}imp: 3-6 % Aic
3-5" Slump; 3-6% Aic
3-5" 51ump; 3-6 % Aic
3S" Slun�p; 0-3% Ai�
3S" 8��.u�p; 3-6% Alr
3-5" Shm�p; 3-6 % Air
3-S" S��yn�n:3-6% Aic
3-S" Slymip; 3-6% Aic
3-5" Slump; 3-6 % Aic
3-5" SIumP; 3-6 % Aic
3-5" SI mp; 3-6% Aic
3-5" S�mp; 3-6 % Aic
3-5" S�y1mp; 3-6 % Aic
3-5" SIy1mp; 3-6 % Air
3-5" SI}1inp; 3-6%Ai�
3-5" SIf1inp; 3-6% Ai�
3-5" SIf%mp; 3-6% Ai�
3-5" SI}lmn; 3-6% Air
3-5" SIymn; 3-6% Air
3-5" S1�mn; 3-6% Air
3-5" 51umn; 3-6% Air
3-5" Slumn; 3-6% Air
3-5" SI mp; 3-6% Afr
3-5" S�}unp; 3-6% Air
3-5" SlSimp; 3-6% Afr
3'S" S��np:3-6% Air
3-5" Slwnp; 3-6% Aic
3-S" Slwnp; 3-6% Aic
�
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 12/31/2025
...C/P Concrete (Continues)
9/9/2022 32 13 13 Mix Desiyn Martin Marietta R2142233
9/9/2022 32 13 13 Mix Des�n Martin Marietta R2136224
9/9/2022 32 13 13 Mix Desi�n� Martin Macietta R2141233
9/9/2022 32 13 13 Mix Design Martin Macietta R2146038
10/24/2024 32 13 13 Mix Desip� Martin Marietta R2146K34
5/5/2025 32 13 13 Mix Ucsign Martin Marictta K2146R35
5/5/2025 33 13 13 Mix Dcsign Mzrtin Marictta R2146K35
5/5/2025 33 13 13 Mix Dcsign Martin Marictta R2146N33
9/12/2023 32 13 13 Mix Dcsign N13R Rcady Mix CLS PI-YY
9/9/2022 32 13 13 Mix Dcsiqn N13R Rcady Mix TX C-YY
9/9/2022 32 13 13 Mix Dcs� N13R Rcady Mix TX C-NY
UI8/2023 3L3 13 Mix Das�n RepiJ Rcd� Ma RRM5320A
UI8/2023 32 13 13 Mi;c Das�Py RepiJ RcJi Ma RRM6020A00
IU/24/2U24 3213 13 Mi;c Dcs��np SRM Concrctc 40350
10/24/202A 32 13 13 Mi�c Des��np SRM Coucrata 40850
9/16/2024 32 13 13 Mi�c Des��np SRM Couc�ata 35050
4/28/2025 32 13 13 Mix Des�rn SRM Cu�c�ete 36850
I 1/24/2025 03 30 00 Mix Des��n SRM Concrete 45852
9/9/2022 321313 MixDes��n TarrantConcrete FW5320A
10/70/2022 321313 MixDesi�n TurrantConcrete TCFW6025A2
Class C(Drilled Shaft for Traffic Signal Pole Foundations Reference Detail 31 41 ] 0-D605)
8/21/2025 321313 MixDesj�i BurnwTexas 40U502BC I"20lHRWRAIR
6/21/2023 32 13 13 Mix Des��i CowTown Redi Mix 360-DS
10/30/2024 32 13 13 Mix Des��i CsUada Read� Mix R36S7SAHWR
9/71 /2025 32 13 13 Mix Des��n Gonzalez BroLhers Pfi020LA
72/5/2022 32 19 19 Mix Des��n Amriea/ Holcim 1822
9/9/2022 32 13 13 Mix DesiKn Amriee/ Holcim 1859
4/7/2023 32 73 13 Mix DesiKn Liqufd 8tone C367DHR
6/27/2023 32 73 73 Mix Desf�n MArtin Mzrietta U2746N41
6/27/2023 32 13 13 Mix Design Martin Marietta U2746K45
5/9/2025 32 13 13 Mix Design Martin Marietta U2146R41
8/22/2024 32 13 13 Mix Design NRR Ready Mix 135K2524
8/22/2024 3213 13 Mix Design NRR Ready Mix 135K0524
Class C(Headwalls, Wing walls, Culverts)
9/9/2022 3213 13 Mix Desien Cnrder Concrete FWCC602001
9/9/2022 32 13 13 Mix Desj�n City Concrete Com�anv 40LA2011
9/9l2022 32 13 13 Mix Des�Ko Cow Town Redi Mix 260-2
9/9l2022 32 ]3 ]3 Mix Des�o Cow Towu Redi Mix 360-1
9/9l2022 32 ]3 ]3 Mix Des��vo Cow Towu Redi Mix 260-1
8/11/2025 32 13 13 Mix Desi�n Cow Town Redi Mix 275 With 20 % Fly Ash
8/11/2025 32 13 13 Mix Deei¢n Cow Towu Redi Mix 375
1/29/2024 32 13 13 Mix Desian Estrada Reedv Mis R3655AEWR
9/9/2022 32 13 13 Mix Design GCH Concrere Servicu GCH4000
4/1/2023 32 13 13 Mix Design Martiu Macietta 310LBP
8/30/2023 32 13 13 Mix Design Martiu Macietta R2141R30
9/9/2022 32 13 13 Mix Design Maztiu Marietta R2146035
9/9/2022 32 13 13 Mix Desi�m SRM Couccete 40050
9/9/2022 32 13 13 Mix Desi�,n SRM Coucrete 35022 With 20% Fly Ash
9/9/2022 32 13 13 Mix Desi�,n Tarrant Concrete FW6020A2
Class P (Machine Placed Pavin�)
4/3/2025 32 13 13 Mix Desi�n B�qZ'own Concrere 4511
4/3/2025 32 13 13 Mix Dcsian Biq Toum Crniactc 4411
6/30/2025 32 13 13 Mix Dcsien Bi�, Towii Crniactc 5211 Wi[h 20% Fly AsU
6/30/2025 30 13 13 Mix Dcsi�� Biq Towii Conactc 52113 Wi[h 30% SIaC
6/30/2025 30 13 13 Mix Dcsien Bi� Toum Cmicrctc 5311
9/30/2025 30 13 13 Mix DcsiFn Bunwo Tcxas 40U553BG 1" 2U% MRWR NR
9/9/2022 32 13 13 Mix DcsiFn Cnrdcc Crnicrctc FWCC552091
9/9/2U22 3213]3 MixDcsi�n CardccCancrctc FWCC602091
1]/6/2025 32 ] 3] 3 MLe D sj�p OMeholm mrail ReJi Mix Om5520AMe With 20'Y E�19 Ash
9/9/2022 32 13 13 MLe D s�,p City Coucrete Co{�j�anV 36LA2011
9/9/2022 33 13 13 MLe D s� Cow Town Radi fv6x 257-M
1 I/14/2022 32 13 13 Mix Devxn Cow Town Redi Mix 357-M
9/9/2022 32 13 13 Mix Desixn Cow Town Redi Mix 260-M
9/9/2022 3Z 13 13 Mix Desfkn Cow Town Redi Mfx 360-M
2/6/2024 32 13 13 Mix Desian Estradn ReadY Mix TD3655AEWR
5/12/2025 32 13 13 Mix Desian Amrize/ Halcim 1703
10/3/2025 32 13 13 Mix Design Amrize/ Holcim 5405 With 20% Fly Ash
8/4/2023 3213 13 Mix Design Mzrtin Marietta Q2141R27
I7/2/2022 3213 13 Mix Design Martin Marietta Q2141K30
3600 psi
3600 psi
3600 psi
4500 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
3000 psi
3000 psi
�000 psi
4000 psi
4000 psi
4000 Psi
3500 psi
3600 psi
4500 psi
3000 psi
4000 Psi
3600 psi
3600 psi
3600 psi
3600 nsi
3600 psi
4000 psi
3600 psi
3600 psi
3600 psi
3600 psi
3600 psi
3600 psi
4000 psi
4000 psi
3 WO psi
3600 psi
3500 psi
5000 psl
5000 psl
3600 psi
a000 �,s�
3600 psi
4000 psi
4000 psi
4000 psi
3600 psi
4000 psi
3500 psi
3600 usi
400U psi
aooa os+
4000 psi
4UOU psi
360U ps�
4UOU ps�
4600 pe�
360U ps�
3 WU ps�
36UO�ai
40U0 n+i
4000 nsi
3600 nsi
d000 nsi
4900 Psi
4000 Ps'i
4000 psi
3-5" SI}unp; 4.5-75% Air
3-5" SlSimp; 3-6% Air
3-5" Slyymp; 3-6% Aic
3-5" Slyymp; 3-6 % Aic
3-5" Slyymp; 3-6% Aic
3-S' Slgmp; 3-6 % Aic
3-5" Slymp; 3-6 % Aic
3-5" SIJ1mp; 3-6 % Aic
3-5" SIJ1mp; 3-G% Air
3-5" SI}1 mp; 3-G% Air
3-5" SIpmp; 3-6% Air
3-5" SIpmp; 3-6% Aie
3-5" SIymp; 3-6 % Ai�
3-5" SIymp; 3-6 % Ai�
3-5" SIgmp; 3-6%Aic
3-5" SIgmp; 3-6%Aii�
3-5" SIgmp; 3-6% Air
3-5" SI�mp; 4.5-7.5% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
6-8" Blurr�� ;, 3-6% Air
5.5-7.5" Slump: 3-6% Air
5.5-7.5" Slumn: 3-6% Air
5.5-7.5" Slump; 3-6% Air
5.5-7.5" Slump; 0-3 % Air
5.5-7.5" Slump; 3-6% Air
5.5-7.5" Shur�-, 3-6% Air
5-7" Slump; 3-6% Air
5-7" Sliuna:3-6% Air
5-7" Sliuno:3-6% Air
5.5" Slump; 3-6% Air
5.5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6°o Air
3-5" S)�n�p:3-6% Ai�
3-5" Slun�p; 3-6 % Air
3-5" Slun�p; 3-6% Air
46" S�k,nm: 3-5% Air
46" S��tmo: 3-6% Air
3-5" Slimio:3-6% Air
3-5" Slimip: 3-6% Aic
3-5" SI}imp: 4-7 % Aic
3-5" SI�imp; 3-6 % Aic
3-5" Slyymp; 3-6% Air
3-5" SIy/mp; 3-6 % Aic
3-5" Slump; 3-6% Aic
3-5" Slump; 3-6% Aic
13" S�k.n�o:3-6% Air
1-3" S�bSmo; 3-6% Aic
1-3" Slwnp; 3-6% Aic
]-3" Slumn; 3-6% Aic
]-3" SI inp; 3-6% Aic
]-3" S�inp; 3-6% Aic
]-3" S�y1mp; 3-6% Aic
1-3" SIy1mp; 3-6% Air
1-3" SIpinp; 3-6%Aie
1-3" SIpmp; 3-6°o Air
13" SIf1mp; 3-6% Ai�
13" SIymn; 3-6% Air
13" SIHmn; 3-6% Air
I-3" SI�mn; 3-6% Air
7-3" 51umn; 3-6% Air
7-3" Slumn; 3-6% Air
I-3" SI}�np; 3-6% Afr
I-3" Slmnp; 3-6% Air
I-3" Slump; 3-6% Air
�
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 12/31/2025
...Class P Concrete (Continaesy
5/5/2025 32 13 13 Mi�c Dcsj�,m Marlin Marictta
I U/4/2023 32�3 �3 Mec Dcs�� NBR Rat� y Mix
10/4/2023 32 13 13 Mi�c Des�� NBR Rea Y Mix
12/22/2025 32 13 13 Mix Des��np Rapid ReJ� Mix
10/24l202A 32 13 13 Mis Des�� SRM Couc�ata
10/24l2024 32 73 73 Mix Des��n SRM Conc�ete
9/16/2024 32 13 13 Mix Des��n SRM Concrete
10/78/2024 32 13 13 Mix Des��n SRM Concrete
6/5/2025 32 73 73 Mix Des��n SRM Concrete
7/27/2025 32 13 13 Mix Design SINACOLA
7/27/2025 32 13 13 Mix Des�n SINACOLA
9/9/2022 32 13 13 Mix Design TaiTant Concrete
9/9/2022 321313 MixDes�n TrueGritReAiMix
9/9/2022 32 13 13 Mix Des�gn Tme Crit ReAi Mix
6/17/2025 32 13 13 Mix Design Tme Crit ReAi Mix
6/23/2025 32 13 13 Mu DesigA Tme Grit Redi Mix
Class H(Hand Placed PavinQ, Valley�Gutter)
9/9/2022 32 13 13 Mix Desj�n Americun Concrete Company
5/2/2023 32 13 13 Mix Des��n Ri� D Concrete
4/3/2025 32 73 73 Mix Des��n R� Town Concrere
4/3/2025 32 13 13 Mix Design Rig Town Concrete
4/5/2025 32 13 13 Mix Design Ri� Town Concrere
7/16/2025 32 13 13 Mix Design RiQ Town Concrere
9/9/2022 32 73 73 Mix Desijn Rumw Texas
9/30/2025 33 13 73 Mix Desim Bumw Texas
9/9/2022 3213 73 Mix Desim Cnrder Cmicrete
4/28/2025 32 13 13 Mix Desi¢n Chisholm Treil Redi Mix
9/9/2022 32 13 13 Mix Desj� City Conerete Corr7�any
9/9/2022 32 13 13 Mix Desi� CowTown Redi Mix
9/9/2022 32 13 13 Mix Desi� CowTo�m Redi Mix
1/29/2024 32 13 13 Mix Desj� Cstrada Ready Mix
9/9/2022 32 13 13 Mix Desi¢,n CCH Concreie Service.s
10/4/2024 32 13 13 Mix Des�i Amrica/ Holnim
9/9/2022 32 13 13 Mix Des��i Amrize/ Holcim
S/8/2025 32 13 13 Mix Des��i Amrize/ Hooim
4/5/2025 32 13 13 Mix Des��i Li4uid SLone
11/2/2022 32 13 13 Mix Des�o Ma�Ho Ma�ietta
8/4l2023 32 13 13 Mix Des�o Martiu Ma�ietta
11/2/2022 32 13 13 Mix Des��n Martiu Marietta
5l22/2023 32 13 13 Mix Design Martiu Marietta
12/22/2023 32 13 13 Mix Design Martiu Marietta
12/22/2023 32 13 13 Mix Design Martiu Marietta
ll/15/2022 32 13 13 Mix Desian Martiu Marietta
ll/15/2022 32 13 13 Mix Design Martiu Macietta
9/9/2022 32 13 13 Mix Design Martiu Macietta
9/9/2022 32 13 13 Mix Design Maztiu Marietta
9/9/2022 32 13 13 Mix Desim Martin Macietta
9/9/2022 32 13 13 Mix Desi�,n Martin Marietta
9/9/2022 32 13 13 Mix Desi�,n Martin Marietta
6/3/2025 32 13 13 Mix DesiQn Martin Marietta
10/4/2023 32 13 13 Mix Design NBR Realy Mix
10/4/2023 37, 19 19 Mix Des� NBR Ready Mix
7/10/2024 3Z 19 19 Mix Des� Oeborn
1/24/2023 32 13 13 Mix Des�� Ra�id Redi Mix
12/22/2025 32 13 13 Mix Des�� Ran�d Redi Mix
2/7l2025 32 13 13 Mix Design SRM Cancrete
9/9I2022 32 13 13 Mix Des��n SRM Canerete
5/23/2025 32 13 13 Mix Design SRM Cancrete
10/242024 32 13 13 Mix Design SRM Cancrete
10/24l2024 32 13 13 Mix Desian SRM Couccete
10/18/2024 32 13 13 Mix Design SRM Couaete
7/21/2025 3213 13 Mix Design SINACOLA
7/21/2025 3213 13 Mix Dcsim SINACOLA
9/9/2022 32 13 13 Mix Dceien Parraut Coucrctc
9/9/2022 32 13 13 Mix Dcsien Tarraut Couactc
9/9/2022 32 13 13 Mix Dcsi�� Tarraut Coucrctc
9/9/2022 32 13 13 Mix Dcs� Ti�an Rcady Ntix
9/9/2U22 32 13 13 Mix Dcs� Tmc Crrit Rcdi Mix
9/9/2U22 32 13 13 Mec Dcs��,m -I'mc (3ri[ Rcdi Mix
9/9/2022 32 13 13 Mec Dcs� Truc (3ri[ Rcdi Mix
6/12/2025 32 13 13 Mi�c Des� 'Pme (3rit Redi Mix
6/23/2025 32 13 13 Mi�c Des�� Tme (3rit Redi Mix
10/9/2024 321313 Mi�cDes�Kn Wtldcaue�
Q2141N27
fX C SF-YY
TX C SF-NY
4USOA1
40068
40R25
40025
35023
40324
2401 I -4000MP 20 %
2401 I-4000MP Straight Cemen[
Fli'S520AMP
02551301
02602302
460230M
360230M
45CAF076
CMI4520AF.
6211
6311
6017
62113
45USOORG
45UI OOAG
FWCC602021
CTFW6520A
45NA20I1
265
365
R4560AC W W
GCH4500
5507
IR51
545 W A-T I
C451 D
B214hN45
B2146R36
R2146N36
R2146K37
R2146R44
R21�(K44
R2146P36
R2146K36
R2147241
R2146236
R2146036
R2146242
R2146042
R2146K43
CLS P2-YY
CLS P2-NY
45A60MR
RRM6320AHP
4550AL
45023
45000
45300
45350
45850
45050
24011-4500HP 20%
24011-4500llP Steni�ht Ccmcnt
FWCO20AIIP
FWCOAHP
TCFW(020AHP
fRC4520
02602301
02G52301
270.230
465230H
365230H
4520A1
With 50% Blax
With 20% Fly Ash
With20% FlyAsh
Wid� 30% Slag
W ith 50 % SInK
W ith 20 % Fly Ash
W i[h 20 % Fly Ash
With 30"/o SIaR
Page 3 of 6
4UOUy si
3606y si
3606�si
4UOU ysi
4000psi
4000 psi
4000 psi
3600 psi
4000 Psi
4000 psi
4000 psi
3600 psi
3600 psi
4000 psi
4000 psi
4000 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4000 psi
4500 psi
4500 psi
�500 psi
4500 psi
4500 psi
4500,,Vsi
4506 psi
4SOO psl
4SOO psl
4SOO psl
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
�500 psi
4500,nsi
45U0 n+i
asoa n,�
asoa n,�
asoa n,�
asoa ���
4500 PFi
4500 pai
4500 PFI
asoo os�
4500 psi
4500 psi
4500 psi
4500 Usi
4500 psi
4500 Usi
4500 psi
450U psi
450U,i�si
450U,i�si
450U�si
4500 ysi
45U0 ps�
1-3" Slump; 3-6% Air
13" Blomp� 3-6% Air
13" 81mnp, 3-6% Ai�
1-3" Slump; 3-5% Air
13" Slump; 3-6% Air
13" Slump; 3-6% Air
13" Slump; 3-6% Air
13" Slump; 3-6% Air
13" Slump; 3-6% Air
13" Slump; 3-6% Air
I-3" Slump; 3-6% Air
I-3" Slump; 3-6% Air
I-3" Slump; 3.5-6.5 % Air
I-3" Slimip; 3.5-6.5 % Aic
1-3" SlimiP; 3-6% Air
1-3" SIumP; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6%Air
3-5" Slump; 4-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6%Air
3-5" Slump; 3-6% Air
3-5" Slump: 3-6% Air
3-5" Slump; 3-6°o Air
3-5" Slump; 3-6% Ai�
3-5" 81un�p; 3-6% AI�
3-5" Slun�p; 3-6% Ai�
3-5" Slimip:3-6% Air
3-5" Slimip:3-6% Air
3-5" Slimip:3-6% Air
3-5" Slimio:3-6% Aic
3-5" Slimip: 3-6% Aic
3-5" Slimip: 4.5-7.5 % Aic
3-5" Slimip; 3-6 % Aic
3-5" Slump; 3-6% Aic
3-5" Slump; 3-6 % Aic
3-5" Slump; 3-6%Aic
3-5" Slump; 3-6%Aic
3-5" 81ump, 3-6% Aic
3-5" Slumn; 3-b% Air
3-5" Slumn; 3-b% Air
3-5" 57��nn; 3-6i a�r
3-5" 57��nn; 3-6i ntr
s-s�� si�m�; s-�i n��
3-5" Slumn:3-b% Air
3-5" Slump; 3-b% Air
3S" 01mm�:3-6% Air
3-5" Shunp; 3-6% Aic
3-5" Shm�p; 3-6 % Aic
3-5" Shm�p; 3-6 % Aic
3-5" Slim�p; 3-6 % Aic
3-S" Slwnp; 3-6 % Aic
3-S" Slwnp; 3-6 % Aic
3-S" SImnD; 3-6 % Aic
3-S' Slump; 3-6% Air
3-S' Slmnp; 3-6% Air
3-S' Slmnp; 3.5-6.5% Air
3-S' Blnmp; 3-6% Air
3-5" Blmnp: 3-6'Y Air
3-5" 81mnp: 3-6% Air
3-5" Slump; 3-6% Ai�
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 12/31/2025
Class HES (Hi h Early Stren th Paving)
9/9/2022 32 13 13 Mix �csj�,m �iy, D Concrctc L4500AE
12/10/2025 3L313 MixDcs��,m [3umco'Ccxas 70UIOOAG
I1/18/2025 32 13 13 Mix Des��m Chisholm Trail ReJi Mix CTTX70AHES
9/9/2022 32 13 13 Mix Des��n Cow Town Ruli Mix 370-INC
9/9/2022 32 13 13 Mix Des�� Cuw Town Ruli Mix 37�-NC
9/9/2022 32 73 73 Mix Des�Kn Cuw Town Redi Mix 370-NC
UI8/2023 32 73 73 Mix Desi�n Cow Town Redi Mix 380-NC
I/29/2024 32 13 13 Mix Desi�n F.shuda Read� Mix 4575ARSC
9/9/2022 32 73 73 Mix Desi�n Amrize/ Holcim 2125
I/24/2023 3213 13 Mix Design Liquid Stone C451DHR-A
4/7/2023 32 13 13 Mix Des�n Martin Marietta R2161K70
2/10/2023 32 13 13 Mix Des�n SRM Concrete 50310
2/7/2025 32 13 13 Mix Des�n SRM Concrete 40326
9/9/2022 3213 13 Mix Desi�� Tnrtant Conerete FW6520AMR
9/9/2022 321313 MixDesign TnrtantConerete FW7520AMR
Class S(Brid„e Slabs, Top Slabs of Direct Traffic Culverts, Approach Slabs)
9/9/2022 32 73 73 Mix Desj�n Cow Town Redi Mix 266
9/9/2022 32 73 73 Mix Des��n Cow Town Redi Mix 360
9/9/2022 32 13 13 Mix Desi�n Cow Town Redi Mix 365-STX
I/29/2024 32 73 73 Mix Desi�n F.struda Revdy Mix R4060AF.WR
5/3/2023 32 13 13 Mix Design Martin Marietta M7842344
4/1/2023 3213 13 Mix Des� Martin Marietta R2146P33
8/18/2025 3213 13 Mix Desi�nn Mzrtin Marietta 610LRT
4/IS/2024 327313 MixDesiGn NRRRea�yMix TXS-NV
4/IS/2024 32 73 73 Mix Desifn NRR Ready Mix TX S-W
4/5/2025 3213 73 Mix Desi�m SRM Conerete 40850
4/5/2025 32 13 13 Mix Desi¢n SRM Conerete 40350
5/5/2023 32 13 13 Mix Desi� SRM Conerete D100008553CB
Conerete Base Trench Repair
4/1/2023 03 3416 Mix Design Rurnco Texas IOYHSORF
9/9/2022 03 3416 Mix Design Rumco Texas 08Y450RA
12/79/2025 03 34 16 Mix DesiQn Cow Town Redi Mix 330-SS
9/30/2025 03 34 16 Mix Desi�n Martin Marietta YN810001
12/26/2025 03 34 16 Mix Design SRM Concrete 915
Controlled Low Strength Material �Flowable Fill)
2/7/2025 03 34 13 Mix Desig� Burnco exas O1Y690BF
5/19/2025 03 34 13 Mix Des�� Bucnco Texas O1Z180AF
11/18l2025 033413 MixDes��vo BumcoTexae O1Z401BE
9/9/2022 03 34 13 Mix Desi�n Curdee Concrete FWCC359101
9/9/2022 03 34 13 Mix Desj�g Ca�dee Coucrete FWFE237501
8/4/2025 03 34 13 Mix Deeign Chisholm T�ail Redi Mix CT150EE
12/26/2025 03 34 13 Mix Deei2n Chisholm T�ail Redi Mix CTFWCLSM
9/9/2022 03 34 13 Mix Desian Ci�v Couccete Coulpan}� L 1-350-FF
9/9/2022 03 34 13 Mix Design Cow Town ReAi Mix 9
9/9/2025 03 34 13 Mix Design Cow Town 2edi Mix LO
5/12/2025 03 34 13 Mix Desi�m Amrize/ Holcim 3741
8/4/2025 03 34 13 Mix Desim Amrize/ Holcim 901
8/14/2025 03 34 13 Mix Desi�,n Mvize/ Holcim 904
9/I1/2025 03 3413 Mix DesiQn MartinMarietta FLOW25A
10/4/2023 03 34 13 Mte DesiQn NBR Realy Mix ��� PLOW FI��
2/7/2025 03 34 13 Mix Design SRM Conerete
12/26/2025 04 3419 Mix Desixn 6RM Cooerete 900
9/9/2022 033413 MixDesign TarrnntCuncrete FWFFISOCLSM
Concrete RiR Raq
�4/1/2023 31 37 00 M�i,e Dcs�en Martin Marictta R2141030
4/I/2023 I313700 IMixDcsiFn IMarlinMarictta IR2146033
Cement- Stabilized Sand (CSS)
�17/2V2025 �330510 �M[xDesign �BurncoTexas �04ZSOOBA
As halt Pavina
9/9/2U22 32 � 16 Mix �esiKn Austin Asphalt FTSB 117965
9/9/2022 321216 MixDesixn AuetmAsnhalt FT1B139965
9/9/2022 321216 MixDesixn AuetinAsnhalt FT1B1172
5/1/202A 32 12 I6 Mix Desikn Reynnlds Asnhalt 340-DGB P
9/9/2022 32 12 I6 Mix Desian Reynolds Asnhalt I I 12B
9/9/2022 32 12 16 Mix DesiKn Reynolds Asnhalt 1612B
4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B
12/5/2022 33 1216 Mix Design Sunmount Pavin� 3076BV6422
9/9/2022 32 12 16 Mix Desf�vn Sunmount Paving 341-BRAP6422ERG
9/9/2022 32 12 16 Mix Desi�n� TXB1T 37-211305-20
9/9/2022 32 12 16 Mix Desian TXB1T 44-211305-17
9/9/2022 321216 Mix Deaigp PXB1T 2l 1305 (1757)
9/9/2022 32 12 16 Mix Ucsign TXB1T 64-224125-18 YG
4/U202A 321L6 Mix Ucsiym TXBPC 344 MAGSY-D 70-22XR
� 4500 psi 3-S' SIymp; 3%<Air
1 day avcra,�cpsi>4000 psi 7000 psi 3-S' SIymp; 3-6% Air
2600 � h�s and/or 3000 �72hrs;A500@28 days�3-5" SIyinp; 3-6% Ai�
450Ugsi 3-5" SIf1inp;3-6%Ai�
SOUOgsi 3-5" SIymp; 3-6% Air
45U0 psi 3-5" SIgmp; 3-6% Air
4500 psi 3-5" SI�mp; 3-6% Air
4500 psi / 3000 psi � 3 duys 3-5" Slump; 3-6% Air
5000 psi 3-5" Slump; 3-6% Air
4500p si 3-5" Slump; 3-6% Air
6000 psi ;' 3006 psi (r�, 24hr. 3-5" SI}imp; 3-6% Air
5000 psi 3-5" SI}unp; 3-6% Air
4500 pei / 3000 Osi c�r, 3 days 3-5" SIyimp; 3-6% Afr
4500 pei / 3000 Osi O, 3 days 3-5" Slyymp; 3-6% Air
4500 psi / 3000 psi ��J 3 days 3-5" Slimip; 3-6% Air
Witli 20% Fly Ash
SAND 25 % MRWR 17% AIR FLOW FILL
�SAND 20% MRWR 17% AIR FLOW FILL
FTSBI L7965 PG64-22 Type B Fine Bnse
FT I B 139965 PG6422 TyRe B Fine Base
FT I B I 172 PG6422 Type B Fine Base
340-DG-B PG6422 Tyge B Base Course
I I 12B PG6422 Tyne B Fine Base
7612B PG6422 Type B Fine Bnse
2315B PG6422 Type B Fine Base
3076BV6422 PG62-22 Type B Fine Base
341-BRAP64228RG PG64-22 T}�e B Fine Base
37-211305-20 PG64-22 Type B Fine Base
44-211305-17 PG64-22 Type B Fine Base
2 L1305 ( L757) PG64-22 Type B Fine Base
64-224125-18 PG70-22 Typc ll Finc Surfacc
344 MAC-SP-D 70-22XR SAC A-R Tvpe D Fine Surface
4000 Psi
4000 psi
4000 Psi
4000 Psi
aaoa os�
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
�000 psi
4000 psi
1000 �si
800 os�
750 osi
�so vs�
750 Osi
too psi
tao psi
100 pei
50-150 vsi
so-t so vsi
so-t so vsi
100-150 ttsi
50-150 �si
70}'si
Min 50 �si
100 Os�
100 Osi
I50 psi
I50 psi
I50 psi
I50 psi
l0U Pyi
50-150 psi
3-5" SIpmp; 3-6% Air
3-5" SI�mp; 3-6% Air
3-5" Slump; 3-6% Air
46" Slump; 3-6% Air
3-5" Slump; 4.5-7.5% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
Flowable; 8.5-17.5% Air
5-7" Shur�p; 3-6% Air
5.5-8.5" S1umo:5-15%
8-12" Slump; 5-10% Air
Flowable; 3-6% Air
Flowable; 9.5-11.5% Air
Flowable; 9.5-11.5% Air
Flowable; 17+/-�,5% ai�
3-5" S�ymq: 8-12% Air
Flowable; 8.5-11.5% Air
Flowable; 7-9.0% Air
5-7" slumq; 8.5-11.5% Air
Flowable; 8-12% Air
7-9" SlyFp?y,; 8-1 l% Air
Miu 9� SIu�j LO-20% Air
FLowable; 12.D-24.0% Air
9-1 L" Slump: LO-30% Air
9-1 L" Slump; LO-30% Air
8"-12" SLump; LO%Air
9-10" Slump' 8-L%Aic
Flowable; 8-12% Air
Flowable; 1030% Air
Flowable; A-12 % Air
4000 psi 3-5" Slump; 3-6% Aic
4UOU ps� 3-5" Slump; 3-6 % Aic
250psi �Flowab1e;75.5-1R.5%Afc
Page 4 of 6
FOR�C WORTH-� CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
�- STANDARD PRODUCTS LIST AS OF 12/31/2025
......!! Atten[ion: 61ix Uesi ns do �wt su ersede CI�N' S eci�ications !!........
1
Detectable Warning Surface
9/9/2022 321320 DWS-Pavtis Pincllal113rick(WinstonSalcm,NC) l�ac[ilcPavcrs
9/9/2022 32 13 20 D W S- Pavc�s Wcs[ tin 6rick Co. (llousron,'Pk) Do¢rtablc Waminy, Pav �s
9/9/2022 32 13 20 DWS - Composite Annor Tile
9/9/2022 32 13 20 DWS - Composite ADA Solutions �Wilmiuqtoq MA) Heritage Brick CIP Crnnposite Pave�
4/7/2023 32 13 2U DWS - Pnvers ADA Solutiuns (WiLninKton, MA) Detectable Wnrnine Pnvers
10/16/2025 32 73 2U DWS - Pnvers EQUALTILE EqualTile Brick Pattern Wet-Set Replaceable
10/16/2025 327320 DWS-Pavers F.QUALTiLR EqualTilcCasl-ln-PlaccRcD�accablc
Silicone Joint Sealant
�9/9/2022 32 13 73 Joint Se�lant Dow
9/9/2022 32 73 73 Joint Sealant Tremco
9/9/2022 32 73 73 Joint Sealant Pecorz
9/9/2022 32 73 73 Joint Seala�t Gnfco
Utili� Trench Embedment Sand
9/9/2022 33 OS Embedment Sand Silver Creek Matevials
9/9/2022 33 OS 10 Embcdmcnt Sand Crouch Matcrials
9/9/2022 33 OS 10 Embcdmcnt Sand F and L llvt Movc�s
9/9/2022 33 OS 10 Embcdmcnt Sand F and L llirt Movc�s
9/9/2022 33 OS 10 �mbcdmcnt Sand Tin Top Ma�iin MariaAa
890SL 890SL - Cold ApplieA, Single Component, Silicone Joint Sealant
900SL 900SL - Cold ApqIieA, Sinv�le Component, Silicone Joint Sealant
300SL 300SL - Cold ApplieA, Single Component, Silicone Joint Sealant
RoadSaverSilicone RoadSaverSilicone-ColdApplied,SingleComponent,SiliconeJointSealant
Utility Embedmenl Sand
Ulilijy Embcdmcnt Sand
Ulilijy Embcdmcnt Sand
Ulilijy Embcdmcnt Sand
Ulilily Embcdmcnt Sand
ASTM DSgy3
ASTM n5893
ASTM D5893
.4STM 1)58Y3
ASTM C37
AS7M C33
ASTM C33
ASTM C33
ASTM C33
Storm Sewer - Manholes & Bases/Frames & Covers/Standard �Round) 33-OS-13
9/2R/2018 33 OS 13 Manhole Frames and Covere AccuCast (Govind Steel Company, C�D) MHRC. N220605 MHRC #220605�Size -**24" Dia.)
9/2R/2018 330513 ManholeCover NeenahF'ouq NY-1274-f91 NP-1274-T91�Size-32"Dia.l
9/28/2018 33 OS 13 Man6ole Frames and Cove Neenah Fouq NF-U43-LM (Hineed) NF-1743-LMfHir�d) �Size- 32" Dia.)
9/28/2018 330513 Man6oleFrzme NeenahFouq y NF-I93030 NF-793030(Size-3225"Dia.)
9/28/2018 330513 Man6oleFramesandCoveNeenahFoun ry R-1743-HV R-7743-HV(Size-32"Dia.)
4/3/2079 33 OS 73 Manhole Frames and Cove SIP Industries ++ 22795T 2279ST (Si e- 24" DiA.J
4/3/2019 33 OS 73 Manhole Frames and Cove SIP Industries ++ 22805T 2280ST (Si�e - 32" DiA.1
10/8/2020 33 OS 73 Manhole Frames and Cove F.7 ( Formally P.ast Jordan iron Works) 811033 Z2/� FJ7033 Z2;'A (Size - 3225" Dia.)
3/8/2024 33 OS 13 Curb �nlet Covers SIP Industries ++ 2296T 2296T (Si x-�*•24" Dia.)
6/18/2024 33 OS 13 Curb �nletCovers SIP industries++ 2279STN 2279STN (Size-24" Dia.)
�Note: A/1 nero developnierit anAnew in.vial/anon neanka/e lids shal/ meet N�e minin�um 30-ine/e opening requirenie�it n.v .vpeci/ied in Ciry� Specificaiion 33 OS 13. Any snia/ler apeninR siyes wi/7 on[y� Ae al[oroed� r exisnrig manha/es thai require rep/aceneeni, franies m�d envers.
10/R/2020
10/8/2020
10/R/2020
10/R/2020
10/8/2020
10/8/2020
10/R/2020
10/R/2020
10/8/2020
10/R/2020
3/19/2021
3/19/2021
3/19/2021
3/19/2021
3/19/2021
3/19/2021
3/19/2021
3/19/2021
3/79/2021
3/79/2027
3/19/2021
3/19/2021
3/19/2021
3/19/2021
3/19/2021
3/19/2021
3/19/2021
3/19/2021
3/19/2021
3/19/2021
3/19/2021
8/28/2023
8/28/2023
8/2b/2033
8/2b/2033
8/28/2023
8/28/2023
8/28/2023
8/28/a023
Storm Sev�er- inlet & Struch�res 33-OS-13
33 49 20 Curb Iulets Fo�teaa
33 49 20 Cu�b Lilets Fonierra
33 49 20 Cu�b Inlets Fonierra
33 49 20 Cueb Inlets Fonierra
33 39 20 Manhole Fonierra
33 39 20 Manhole Fon[erra
33 39 20 Manhole Fon[erra
33 39 20 Mauhole Fm�[erra
33 39 20 Mauhole Fm�[erra
33 39 20 Mauhole Fo��[erra
33 49 20 Cacb Inle[s Thompson P�e Gcoup
33 49 20 Carb Inlets Thompson P�pe Gcoup
33 49 20 Curb Inlets 'Ihompson P�e Group
33 39 20 Manhole 'Ihompson P�pe Group
33 39 20 Manhole Thompson P�e Croup
33 3) 2U Manhule Thompson P��re Gruup
33 39 20 Manhole Thomn+�n P��re Group
33 39 20 Manhole Thomn��>n P�kre Group
33 39 20 Manhole Thomn��>n P��re Group
33 39 20 Manhole Thompson Pipe Group
333920 Manhole ThompsonPipeGroup
33 39 20 Manhole Thomn��n P�e Group
33 39 20 Manhole Thomnsnn Pjne Group
33 39 20 Maiil�ole Thompson Pj�e Gcoup
33 39 20 Maiil�ole Thompson Pipe Gcoup
33 39 20 Manhole Thompson Pi�e Grouo
33 39 20 Manholc Thompsmi Pj�c Gcouo
33 39 20 Mauholc Th9�nPsmi Pipc Gcoup
33 49 20 Drop liilY Thompsmi PiOc Gcoup
33 49 20 Drop Inlc[ Thompson Pipc Group
33 49 20 Dro liilct ThoJPpsmi Pipc Group
33 49 10 Ma�olc Oldcastic
33 49 10 Manholc Oldcestic
33 49 10 Manholc Oldcestic
33 49 10 Manholc Oldcestic
33 49 ]0 Manhole Oldcastle
33491U Mnnhule Oldcastle
33 49 10 Manhole Oldcastle
33 49 70 Manhule Rinker Materinls
FRT-1 Ox3-405-PRECAST** (Size -] 0' X 3')
FRT-lOx3-406-PRECAST** (Size - ] 0' X 3')
FRT-lOx4.5-407-PRECAST** �Size - 10' X 4.5')
FRT-lOx4.5-420-PRECAST** (Size- 10' X 4.5')
FRT-4X4-409-PRE�'/?ST-TOP (Size - 4' X 4')
FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')
FRTSXS-410-PRECt�ST-TOP (Size - 5' X 5')
FRTSXS-410-PRECAST-BASE (Size - 5' X 5')
FRT-6X6-41 LPRFCAOT-TOP (Hize - 6' X 6')
FRT-6X6-41 LPRECAST-BASE (Size- 6' X 6')
TPG-LOX3-405-PRECAST INLET** (Size - 10' X 3')
TPa-LSX3-405-PRECA9T INLET** (Siza - 15' X 3')
'IPG-20X3-405-PRECAST INLET'* (Size - 20' X 7')
'IP(;-4X4-�09-��CAST �ASE�S ze 44XX 4')
TPG-4X4-412-PRECAST 4FT RISERfSize - 4' X 4')
TPG-SXS-410-PRECAST TOP (Size- 5' X 5'�
TPG-SXS-410-PRECAST BASE {Size- 5' X 5'�
TPG-SXS-412-PRECAST 5-FT RISER (Size- 5' X 5')
TPG-fiXb-47 I-PRECAST TOP (Size- 5' X 6')
TPG-6Xfi-41 I-PRECAST BASE (Size- 6' X fi')
TPG-6Xfi-412-PRECAST 6-FT RISER �Size-fi' X 6')
TPG-7X7-41I-PRECAST TOP (Size-7' X7')
TPG-7X7-41 LPRECAST BASE (Size- 7' X 7')
TPG-7X7-412-PRECAST 4FT RISER (Size - 7' X 7')
TPG-8X8-41 LPRECAST TOP (Size- 8' X 8')
TPG-8X8-41 LPRECAST BASE (Sizc - 8' X 8')
TPG-8X8-412-PRECAST S-FT RISER (Sizc - 8' X 8')
TPG-4X4-408-PRECAST INLET (Sizc- 4' X 4')
TPGSXS-408-PRECAST INLET (Sizc- 5' X 5')
TPG-6X6-40$-�R��4ST [1VI��.T JSizc- 6' X 6')
Ymcast 4' x 4 tac �cd Manbo� (S��zc - 4' X 4'
Yrccast 5 x 8' S[orm Junction 13ox �Sizc - S k�'
Pmceat 4' x 4' S[onn Junction Sox iSizc - 4' X 4�
Prccast S x S S[o�m Junction Box �Sizc - S k 5�
Precast 6' x 6' Sro�m Junetion Box (Size - B k 6�
Precast 8' x 8' Stu�m Junctiu� Bux Base �Size -' k 8�
Precast 5' x 8' Storm Junction Bux Bnse (Size - 5' X 8�
Reinforced 48" Dia�neter Sprend Foonng Manhole (S�ze - 4' X 4')
AS"fM A48 AASH"f0 M306
ASTM A4R AASHTO M30h
ASTM A48 AASHTO M30h
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 A�SHTO M306
ASTM A48 A�SHTO M306
ASTM A536 AASHTO M306
ASTM A48 A�SHTO M306
ASTM A48 A�SHTO M306
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
�STM C913
�STM C9L3
�STM C9L3
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM h I 5
ASTM h I 5
ASTM h I 5
ASTM 615
ASTM (15
ASTM (15
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
AS7M C478
AS'fM C478
AS'fM C478
AS'fM G7$
ASIM C478
ASTM C478
ASTM C47R
ASTM C433
Page 5 of b
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 12/31/2025
....Smrm Sewer - /nlet & Struchires Continues
8/28/2023 33 39 20 Curb Inlct 10'x 3' Riscr Thompson Pj�c Group lnlct Riscr (Sizc - 3 FC�
8/2b/2023 33 39 20 Curb Inlct 1Sx 3' Riaa Thompson P�c Gro�p lnlct Riacr (Siec - 3 F'C�
8/28/2023 33 39 20 Corb Inlet 20' x 3' Riser 1�ho�Son P�e Gmq lnlet Riser (Size - 3 FC)
U 12/2024 33 49 20 Drop 1nLet Amentex P�e &Pr�acts Dmp lnlet (4' X 4�
U12/2024 33 49 20 Drop 1nLet Ameritex P�e &Pralucts Dmp lnlet (5' X 5')
U19/2024 33 49 2U Manhole A�nentex P��re &Products Precast 4'x4' Stonn Junction Box
UI9/2024 33 49 20 Manhule A�nenTex P��re &Products Precast 5'x5' Stonn Junction Bux
UI9/2024 33 49 20 Manhole AmeriTex P��re &ProducW 5' Precast Trensition MH !4' MH on the top of 5' JB)
I/19/2024 33 49 20 Manhole AmeriTex P�pe &Products Precast 6'x6' Storm Jimction Box
I/19/2024 33 49 20 Manhole AmeriTex P�Pe &Products 6' Precast Transition MH !4' MH on the top of 6' JR)
I/19/2024 33 49 20 Manhole AmeriTex P�e &Products Precast 8'x8' Storm Junction Rox
I/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JR)
I/19/2024 33 49 20 Meuhole AmerfTex Pipe &Pmducc Ty�e C Storm Drain MarJiole on Rox (4' MH on the rop of RCR)
7/16/2024 33 49 20 Corb Inle�s AmerfTex Pipe &Pmducrs I Ox3 Precast** (Size 10' x 3')
7/16/2024 33 49 20 Coeb Inlet� AmeuTex Pipe &Products I Sx3 Precast** fSize IS x 3')
**Note: Pr�east in/efs are approved f r fhe stage 1 porfion ojthe sn�ecture @nsin) on[y. Sfnge ll por6on f fhe shucture are reyuired to be enst in y(ace No ecceptions to Niis reguiremen� sha!( be allowed.
Storm Sewer - Pi�es & Boxes 33-OS-13
4/9/2021 33 41 73 Stoc�u Drnm Pipes Advanced Dcamnge Systems, Inc. (ADS) ADS HP S�orm Polypropylene (PP) Pi�e (Size - I�" - 60")
8/28/2023 334170 StormDrUinPipes RinkerMaterials ReinforcedConaetePipeTonxueandGrooveJointPipe(Size-�I"orlaraerl
8/28/2023 33 41 70 Culvert Bux Rinker Marerials Reinforced Concrete Rox Culvert (Sze- Various�
10/72/2023 33 41 70 Storm Drain Pipes AmeriTex P)Pe &Products Reinforced Concrete Pipe TonKue s�nd Groove Jomt Pipe* (Size- IS" or I:irger)
10/72/2023 344110 CulvertRox AmeriTexPi e&Products ReinforcedConcreteRoxCulvert(size-Various))
10/7 8/2023 35 41 10 S[orm Drain Pipes The Tumer �. Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Si�z - IS" or Inrqer)
10/18/2023 33 41 10 Culveri Box The Tumer Co. Reinforced Concrete Rox Cnlvert (size - Various)
4/12/2024 33 41 10 S[orm Drnin Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Si�z Various)
6/25/2024 33 41 10 Calver[ Box Oldcasde Reinforced Conere[e Box Culver[
6/25/2024 33 41 10 Storm Drain Pipes Oldcastle Reinforced Conere[e Pipe Tongue and Groove Join[ Pipe* (Size Various)
Revision Comments
(1-29-2025) Remwed Argos, ingram, Redi-Vlix, Charley's
(43-2025) Rigtown ConaGeupdatedMix [D's
(4-5-2025) 03 34 73 CLSM specifcation
Q 1-26-2025) Remoced Gilco-site batch �lant
ASIM C9L3-16
AB'fM C9L3-I6
ASIM C9L3-I6
AS7M C9L3
ASTM C9L3
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM F?tlkL & AASHTU M330
ASTM C76, C655
ASTM C789, C850
ASTM C76, C506
ASTM C1433,C1577
ASTM C76, C506
ASTM CI433,C1577
ASTM C76, C506
ASTM CI433,C1577
ASTM C76, C506
Page 6 of b
CFW Lighting Approved Products List
CFW Product Name
Type 11 Pole
Type 33B Arm
Residential Luminaire
Timber Pole
Wood Pole Arm
Type 18 Pole
Type 33A Arm
Arterial Luminaire
Manufacturer I Manufacturer Product Name & Description
Residential-Standard
MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm,
Makers Sales and Marketing, LLC Galvanized
MRT2470A6-Type 11, 36" or 60" Rise 2/Bolt 8' Arm,
Makers Sales and Marketing, LLC glack
DB01373(page 1 of 6)-Shoe Base Pole Type 11,
Valmont Industries, Inc Galvanized
Makers Sales and Marketing, LLC Type 336, 36" Rise Simplex 8' Arm, Galvanized
Makers Sales and Marketing, LLC Type 336, 36" Rise Simplex 8' Arm, Black
Valmont Industries, Inc
Acuity Brands Lighting, Inc
Acuity Brands Lighting, Inc
Acuity Brands Lighting, Inc
DB01373(page 4 of 6)-Single Arm Type 33B, Galvanized
American Electric Lighting, ATBO-P101-Mvolt-R2-3K-
M P-N L-P7-AO-RFD325607
American Electric Lighting, ATBO-P101-Mvolt-R4-3K-
M P-N L-P7-AO- R F D325606
American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK-
MP-NL-P7-AO-RFD325609
American Electric Lighting, ATBO-P101-Mvolt-R4-3K-BK-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD325608
McFarland Cascade CREOSOTE 30/35 FOOTTIMBER 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
Arterial-Standard
MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm,
Makers Sales and Marketing, LLC Galvanized
Makers Sales and Marketing, LLC
Valmont Industries, Inc
Makers Sales and Marketing, LLC
Makers Sales and Marketing, LLC
Valmont Industries, Inc
Acuity Brands Lighting, Inc
Acuity Brands Lighting, Inc
Acuity Brands Lighting, Inc.
Acuity Brands Lighting, Inc
MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm,
Black
DB01373(page 2 of 6)-Shoe Base Pole Type 18,
Galvanized
Type 33A, 60" Rise Simplex 8' Arm, Galvanized
Type 33A, 60" Rise Simplex 8' Arm, Black
DB01373(page 3 of 6)-Single Arm Type 33A, Galvanized
American Electric Lighting, ATBO-P303-Mvolt-R2-3K-
M P-N L-P7-AO- R F D322792
American Electric Lighting, ATBO-P303-Mvolt-R4-3K-
M P-N L-P7-AO- R F D322794
American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK-
M P-N L-P7-AO- R F D322793
American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK-
M P-N L-P7-AO- R F D322795
Timber Pole
Wood Pole Arm
Washington 10' Pole
Washington 14' Pole
Washington Luminaire
Washington Globe
Luminaire
Oleander Type A Pole
Oleander Type B Pole
Oleander Type B Arm
Oleander Luminaire
Berry 12' Pole
Berry 20' Pole
Berry Arm
Berry Luminaire
Banner Arms
McFarland Cascade CREOSOTE 35/40 FOOTTIMBER 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 S' Arm, Black
Valmont Industries, Inc DB01373(page 5 ot 6�-Wood Pole Arm, Galvanized
Decorative-Pedestria n
Holophane, CLA 10.6(OAL)FT J20P076K-MOD, AB-31-4
Acuity Brands Lighting, Inc. RFD110736
Holophane, CLAI4FT J20DMODC03BK RFD325026, AB-
Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026
Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7
Acuity Brands Lighting, Inc. FRGL RFD338699
Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7
Acuity Brands Lighting, Inc. AO RFD-315548
Acuity Brands Lighting, Inc
Acuity Brands Lighting, Inc
Acuity Brands Lighting, Inc
Acuity Brands Lighting, Inc
Acuity Brands Lighting, Inc
Holophane, PDA 12S5L20POBBK-MOD
Holophane, PDA20S5L20P08BK-MOD
Holophane, OHC 151N 2A TN BK
Holophane, AUCL2 P40 30K AS BK L3 N P7 AO
RFD338741
Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400
Acuity Brands Lighting, Inc. Holophane, PD2055J20P116K RFD338816
Acuity Brands Lighting, Inc. Holophane, VLC 271N 1ATN QSM BK
Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7
Acuity Brands Lighting, Inc. AO SH
Acuity Brands Lighting, Inc
System
Conduit
Cantex Inc.
Holophane, BA-241N-2A-CO-S4J-BL-075P-BK
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
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
PVC Rigid Schedule 80 Conduit, Conforms to UL 651
Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C
conductors or cable
Schedule 80 PVC Rigid Nonmetallic Conduit, Extra
Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use
with 90°C conductors, Meets UL651
Heritage Plastics
Splice Kit With Connector NSi Industries, LLC
Gel Stub Splice Kit with Connector, Easy-Splice, ESSLK
Series
Copper Wire/Conductor
Southwire
Encore Wire
Encore Wire
Service Wire Co
Advanced Digital Cable Inc
Aluminum Wire-Triplex Priority Wire & Cable, Inc
Fuse & Fuse Holder
Connector
Edison
Edison
Cooper
EATON
EATON
Thomas & Betts
Metered Pedestal 120-240V Electrol Systems, Inc
WE Manufacturing & Controls
Metered Pedestal 240- Electrol Systems, Inc
480V WE Manufacturing & Controls
MacLean Highline
Ground Box
Kearneys
Photocell
Oldcastle
Oldcastle
NSi Industries, LLC
Acuity Brands Lighting, Inc.
Type XHHW-2 copper conductor, 600V
TYPE XHHW-2 / RW90, copper conductor, Superslick
Elite, 600V/1000V
THHN / MTW / THWN-2 Copper conductor, 600V
Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT
Rated
XHHW-2 Low Smoke Halogen Free, Cross-linked
Polyethylene Insulated 14 AWG-750 MCM, 600 Volts,
90°C Dry and wet
Triplex Overhead Aluminum Conductor
General Purpose, Midget Class MEN Fuses, Voltage
Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps,
Interrupting Rating: 10,000 RMS Amps @ 125V
Modular Ferrule Fuse Blocks for Midget Class and CC
Fuses
In-line fuse holders for Single-Pole 13/32" x 1 1/2"
Fuses HEB-AA
Bussmann Series, HEB breakaway and non-breakaway
in-line fuse holders for UL 13/32" x 1-
1/2"supplemental fuses
Bussmann Series, FNM 13/32" x 1-1/2" 250Vac time-
delay supplemental fuses
Wire Joints for Copper Conductor, Cat No: 54615,
54620, 54625-TB, 54635, 54640, 54630
TY A (120/240) 100(NS)AL(E)PS(U)
TY A 120/240 100(NS)AL(E)PS(U)
TY A (240/480) 100(NS)AL(E)PS(U)
TY A 240/480 100(NS)AL(E)PS(U)
Polymer Concrete, PHA132412X0002: TIER 22 (X) 22,
5001bs
Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 -
TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING
NUT
Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 -
TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING
NUT
Split Bolt Connectors, Copper Split Bolts 2 Wire, N
Series
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
Interim Products
Residential Luminaire ITRASTAR INC.
Arterial Luminaire ITRASTAR INC.
DU RA-STR 10A-3 K-120-3-G R-SCL
DU RA-STR25-3 K-120-3-G R-SCL