Loading...
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