Loading...
HomeMy WebLinkAboutContract 55467-PM1PROJECT MANUAL FOR THE CONSTRUCTION OF WATER AND SEWER IMPROVEMENTS TO SERVE CARTER PARK EAST PHASE I & II IPRC20-0123 CITY PROJECT NO.102807 FID 30114-0200431-102807-E07685 X-26675 Betsy Price David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth January 2021 Prepared by: Texas Registered Engineering Firm F-928 801 Cherry Street, Suite 1300, Unit 11 Fort Worth, TX 76102 817.339.2269 Kimley-Horn No. 061298200 CSC No. 55467-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 03/09/2020 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking (Mod)04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised March 20, 2020 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents Division 02 - Existing Conditions None Division 03 - Concrete None Division 26 – Electrical None Division 31 - Earthwork 31 24 00 Embankments 01/15/2021 Division 32 - Exterior Improvements None Division 33 – Utilities None Division 34 – Transportation None Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM)12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 -Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised March 20, 2020 Division 31 -Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 -Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings –Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings –Composite 01/22/2016 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised March 20, 2020 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP)12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC)12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised March 20, 2020 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 -Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A –Controller Cabinet 12/18/2015 34 41 10.02 Attachment B –Controller Specification 02/2012 34 41 10.03 Attachment C –Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 6 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised March 20, 2020 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION 00 42 43 DAP - BID PROPOSAL Page 1 of 3 1 0241.1118 4"-12" Pressure Plug 02 41 14 EA 10 $450.00 $4,500.00 2 3124.0101 Embankment by Plan 31 24 00 CY 25 $10.00 $250.00 3 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $5,000.00 $5,000.00 4 3305.0109 Trench Safety 33 05 10 LF 10846 $0.50 $5,423.00 5 3305.1004 24" Casing By Open Cut 33 05 22 LF 87 $140.00 $12,180.00 6 3305.2004 12" Water Carrier Pipe 33 05 24 LF 87 $47.00 $4,089.00 7 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 14.7 $3,730.00 $54,942.90 8 3311.0061 4" PVC Water Pipe 33 11 12 LF 225 $18.00 $4,050.00 9 3311.0161 6" PVC Water Pipe 33 11 12 LF 470 $21.00 $9,870.00 10 3311.0261 8" PVC Water Pipe 33 11 12 LF 207 $27.00 $5,589.00 11 3311.0361 10" PVC Water Pipe 33 11 12 LF 267 $34.00 $9,078.00 12 3311.0451 12" DIP Water 31 11 10 LF 23 $55.00 $1,265.00 13 3311.0457 12" DIP Water, CLSM Backfill 33 11 10 LF 23 $80.00 $1,840.00 14 3311.0461 12" PVC Water Pipe 33 11 12 LF 9567 $47.00 $449,649.00 15 3311.0467 12" PVC Water Pipe, CLSM Backfill 33 11 12 LF 20 $87.00 $1,740.00 16 3312.0001 Fire Hydrant 33 12 40 EA 16 $3,999.00 $63,984.00 17 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 2 $1,593.00 $3,186.00 18 3312.2103 1 1/2" Water Service 32 12 10 EA 8 $1,539.00 $12,312.00 19 3312.2203 2" Water Service 33 12 10 EA 8 $1,967.00 $15,736.00 20 3312.3002 6" Gate Valve 33 12 20 EA 20 $1,011.00 $20,220.00 21 3312.3003 8" Gate Valve 33 12 20 EA 6 $1,508.00 $9,048.00 22 3312.3004 10" Gate Valve 34 12 20 EA 2 $2,095.00 $4,190.00 23 3312.3005 12" Gate Valve 33 12 20 EA 38 $2,581.00 $98,078.00 24 3471.0001 Traffic Control 34 71 13 MO 1 $1,750.00 $1,750.00 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Specification Section No. Bidder's Proposal Description TOTAL UNIT I: WATER IMPROVEMENTS $797,969.90 Bid Quantity Project Item Information Bidlist Item No. UNIT I: WATER IMPROVEMENTS Unit of Measure Unit Price Bid Value CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Copy of 00 42 43_Bid Proposal_DAP_Rev_05-22-19 (2) 14.73 00 42 43 DAP - BID PROPOSAL Page 2 of 3 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Specification Section No. Bidder's Proposal Description Bid Quantity Project Item Information Bidlist Item No. Unit of Measure Unit Price Bid Value 1 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 1 $3,500.00 $3,500.00 2 3137.0105 Medium Stone Riprap, grouted 31 37 00 SY 100 $13.00 $1,300.00 3 3301.0002 Post-CCTV Inspection 33 01 31 LF 3,057 $1.50 $4,585.50 4 3301.0101 Manhole Vacuum Testing 33 01 30 EA 19 $125.00 $2,375.00 5 3305.0109 Trench Safety 33 05 10 LF 3,057 $0.50 $1,528.50 6 3305.0113 Trench Water Stops 33 05 15 EA 14 $1,920.00 $26,880.00 7 3305.1003 20" Casing By Open Cut 33 05 22 LF 30 $221.00 $6,630.00 8 3305.3002 8" Sewer Carrier Pipe 33 05 24 LF 40 $50.00 $2,000.00 9 3331.4115 8" Sewer Pipe 33 11 10, 33 31 12, 33 31 20LF 3,017 $57.00 $171,969.00 10 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 31 20LF 180 $73.00 $13,140.00 11 3339.0003 Liner - 4' Sewer MH 33 39 60 VF 230.2 $235.00 $54,097.00 12 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 18 $6,415.00 $115,470.00 13 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 1 $11,476.00 $11,476.00 14 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 188 $340.00 $63,920.00 UNIT II: SANITARY SEWER IMPROVEMENTS TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $478,871.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Copy of 00 42 43_Bid Proposal_DAP_Rev_05-22-19 (2) 00 42 43 DAP - BID PROPOSAL Page 3 of 3 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Specification Section No. Bidder's Proposal Description Bid Quantity Project Item Information Bidlist Item No. Unit of Measure Unit Price Bid Value This Bid is submitted by the entity named below: BIDDER:BY: Moss Utilities 3300 Rock Island Rd. Irving, TX 75060 TITLE: DATE: 100 END OF SECTION UNIT I: WATER IMPROVEMENTS Bid Summary President CONTRACT commences to run as provided in the General Conditions. $1,276,840.90Total Construction Bid $478,871.00 $797,969.90 UNIT II: SANITARY SEWER IMPROVEMENTS Contractor agrees to complete WORK for FINAL ACCEPTANCE within working days after the date when the 2/23/2021 Garrett Moss <Signature Here> CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Copy of 00 42 43_Bid Proposal_DAP_Rev_05-22-19 (2) 00 45 ;2 DAP PREQUALIPICA7'ION STATEI4CENT Page 1 of 1 sECTroN oo �.s zz DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors andlar subcontractors whom t�ey intend to utilize for the major work type(s) listed. In the "Ma'or Work ��e" box praeide the complete rnajor work tXpe and actual descriptian as provided ��y the Water Departme�tt for water and sewer and TPW for paving_ Major Work Type Contractor/Subcontractar Company Name Prequalification Ex iration Date Water Distribution, <Company Name Here or Blank� Apri130, 2021 Dev�lapment, 12-inch diameter n„ ,,,� �� If,., t-(�� t� � �] C� and smaIler iv•Y, � f, � I' Sevver Collection System, <Company Name Here or Blank> April 30, 2021 Development, 8-inches and smaller ���� � � �� � t � �`� The undersigned hereby certi�es ihat t�e contractors and/or subcor�tractors described in the table above are currently prequalified for the work types listed. BIDDER: Moss Utilities, LLC 3300 Rock Island Road �rving, TX 7506Q BY: Garrett ss {Signature} TITLE: Pr�sident DATE: March 1, 2021 END OF SECT�ON CI7Y OF FORT W6RTH 00 �45 12_Prequafification Statement 2015 �AP STANOARD CONSTRUCfION ?REQUALIFICATION SiATEMEiJT— �EV@LOPEA AWAR�ED PROlECTS Carter Park East Phase I& II Form Version September 1, 20Z5 CPN 102807 004526-1 CONTRACTOIZ COMPi,IANCE WITH WORKER'S COMPENSATION LAW Page 1 0£ l 1 SECTION DO 45 2b 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 PursUant to Texas Labor Cnde Section 406.096{a), as amended, Contractor certifies that i# 4 provides worker's compensation insurance coverage for aIl of its employees empioyed on City 5 Project No. ].02807. Contractor further certifes that, pursuant to Texas Labor Code, Section 6 406.096{b), as amended, it will provide to City its subcontractor's certificates of compiiar�ce with 7 warkez''s compensation coverage. 8 9 CQNTRACTOR: lo � � M�S '��; � �G L 12 Cornpany 13 14 (�Q � , 15 Ad ess I6 17 18 19 20 21 22 23 24 By: [' � s S (Please rint) Signature: �' (� �� I�`c1 � � J Q�� Title: ,r'�,sS �,y..�' City/State/Z2p (PIease Print) THE STATE OF TEXA� COUNTY OF TAItR.ANT 0 � 25 BEF,ORE the ers ed auihoriiy, on this day personaliy appeared 26 ���� _ , known to me to be the person whose naine is 27 subscribed to the fore in strum p a d, acknowledged to me thaf he/she executed the saxne as 28 the act and deed of �� j) fox the purposes and 29 consideration therein expressed and in the cap ity tharein stated. 30 31 G UND R MY HAIVD AND SEAL OF QF�ICE this � day of 32 �� ... , 20� 33 34 � 35 36 Noiary P lic in and for e Stat T s 37 38 34 �*0.Y PUe HAYLIE WEATHERSBY z �n Notary ID #1321058b2 ,� y My Commission Expires �'� p� i`�}P July 29, 2023 END OF SECT�ON CITY OF FORT WO1Z`I`Ti Carter Park East Phase i& TT STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"I'S CPN 102807 Revised April 2, 2014 005243-1 DeveloperAwarded ProjectAgrament Page 1 of4 SECTIDN Ot! 52 43 2 AGREEMENT 3 TffiS AGREEMENT, authorized on ' is made by and between the Develoger, 4 Carter Park East Land, LLC, authorize to do business in Texas ("Developer"') , and s Moss Utilities LLC suthorized m da 6 business in Texas, acting by and thraugh its duly suthoriDed representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 14 Contractor sha11 complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 WATER AND SEWER IMPROYEA�IV'1' TO SERYE C�4RTER PARK EAST PHASE I& Il. 16 CPN 102807 17 Article 3. COIVTRACT TIlVIE 18 3.1 Time is of the essence. 14 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Gontcaet. 21 3.2 Fina1 Acceptance. 22 Tfie Wark will be cornplete for Final Acceptance within 100 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 Constructian Contraot far Developer Awarded Projects. 25 3 3 Liquidabed damages 26 Contractor recognizes that time is of the essence of tlus Agreement and tlaat Developer 27 will suffec �nancial loss if ihe Work is not completed withun the times specified in 28 Paragaph 3,2 above, plus any exbension thereof allowed in accordance with Arkicle 10 of 29 the Standard City Conditions of the Canstruction Contract for Developer Awarded 3o Projects. Tha Contractor also recognizes tha delays, expense and dif6culties involved in 31 proving in a legal proceeding the actual lass suffered by the Developer if the Work is not 32 completed on time. Accardingly, instead of requiring any such proof , Contractor agees 33 that as liquidated damages for delay (but not as a penalty), Contractor shalI pay 34 Developer One Thousmrd Two Hurrdred Fi Dollars artd Zero Cerrt�, ($1, 25_0.0�] for 35 each day tha# expires after the time specified in Paragraph 3.2 for Final Acceptance until 36 the City issues the Final Letber of Acceptance. C1TY OF FORT WORTH Cafier Park East Phase i& II STANDARD CONSTRUCTiQi�F $PECIFICATION DOCUNIENTS — DEVBLOPSR AVYARDBD PItO]EC'FS CPN 102807 Revi�ed June 16, 2016 oosz�3-z Developer Awarded Projed Agreem�t Page 2 of4 37 Arkicle 4. CONTRACT PRICE 38 Developes agrees to pay Contractor for perfornaance of the Work in accordance with the Contract 39 Documents an amount in current funds of O�TE MII,LION TWO HUNDRED SEVENTY SIX 4U THOUSAND ETGHT HUNDRED FORTY DOLLARS AND NIl�IETY CENTS {$1,27b, 840.90). 41 Article S. CONTRACT DOCiJMENTS 42 5.1 CONTENTS: 43 A. The Contraet Documents which comprise the entire agreetnent between Developer atad 44 Contractor concerning the Wark consist of the following: 45 1. This Agreement. 46 47 as 49 50 51 52 53 54 SS 56 57 S8 59 60 61 62 b3 b4 6S 66 67 68 69 70 71 72 73 74 2. Attachments to this Agreement: a. Bid Farm (As provided by Developer) 1) Proposal Form {DA,P Vexsion) 2) Prequalification Statennent 3) State and Federal documants (project spec�c) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DA�' Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/ar SBE Commitment Form {Zf required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Frojects. 4. Supplementary Coaditions. 5. 3pecifications specifcally made a part of the Cantract Documents by attachment or, if not attached, as incorporated by reference and described in the Tabie of Contents of the Project's Contract Documents. b. Drawings. 7. Addenda. 8. Docurnentation submitted by Contra.ctor prior to Notice of Award. 9. The following which may be delivered �r issued after the Ei%ctive Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: �. Notice to �roceed. b. Field Ord.ers. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Ca�ter Park East Phase I� IT STATFDARD CONSTRIFCTION 3PECIFiCATfON DOCUMENTS — DEVELOPSR AWARDED PRO]ECTS CPId 102807 Revised ]uae 16, 2016 005243-3 Developer Awarded Project ABreement Page 3 of 4 75 Article 6. Il�TDEMNIFICATiON 76 6.1 Contractor covenan�s and agrees to indemnify, hold harmless and defend, at its own 77 eapense, the city, iis officers, servanis and employees, frem and against any and all 78 claims arising out of, or alleged to arise out oi, the work and services to be performed 79 by the contractor, its officers, agents, empIoyees, subcontractors, licenses or invitees 80 under this contr�ct. T�tis indebnnifcation provision is specifieallv inteuded #o ouerate S1 and be effective even if it is a�, ed or proven that all or some oi the damaees bein� 82 eon ht were caused in whole or in ar# b an act omission or ne i' ence of the ci . 83 This indemn9ty provision is intended to inclade, withont limitafion, indemnity for 84 costs, egpeases and legal fees incnrred by the city in defending against such cIai�ns and 85 canses of actions. 86 87 6.2 Contractor cavenants aad agrees bo indemnify and hold harmless, at its owu ezpense, 88 fihe city, its o�cers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the ciiy, ar�sing out af, or alIeged to arise out of, the work 90 and services to be performed by the contracto�r, fts ofScera, agents, employees, 91 subcontractors, licenseea or invitees ander t6is contract. This indemni�ieation 42 �rovision _is snecificatiY intended to operate and be e_ffective ev_en if it is alle�ed or 93 proven that all or some of the damages be' sou�ht were caused, in whole or in �srt, 94 b� anv act. omission or ne�li�ence of t�e citv. 95 96 Article 7. MISCELLANEOUS 97 7.I Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions af 99 the Const,ruction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. lol This Agreement, including a.11 of the Contract Documents may not be assigned by the 102 Contraotor without the advanced express written consent af the Developer. 103 7.3 lU4 �as lOb Successors and Assigns. Developer and Gontractor each binds itself, its partners, successors, assigns and legal represen#atives to the other party hereto, in respect to alI covenants, �greements and obligations contained in the Co�ntract Documents. 107 7.4 Sevez�ability. 108 Any provision or part of the Contract Doceunents held to be unconstitutional, void or lD4 unenforceable by a court oi competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR 112 7.5 Governing Law and Venue. 113 This Agreement, including all of fbe Contract Documents is performable in the State of 114 Texas. Venue shall be Tairan# County, Te�s, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. C[TY OF FQRT WOR7'�i Car6er Pa� F.ast Pha¢e I 8t II STANDARD CONSTRUCTION SPECIFIGA,TION DOCUMENTS — DEVELOPER AWARDEA PROJECTS CPN 102807 Ravised 3une 16, 2016 3/1/2021 Bond Nu�nber: $Q0080045 DO 52 13 - 1 PERFORMANCE BOND Page 1 of 2 1 2 3 � 5 b THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 62 13 PERFORMANCE BOND § § KNOW ALL BY THESE PRE�ENTS: § 7 That we, oss Utilitie LLC , known as S "Principal" herein and Atlantic 5pecialty Insurance Company , a corporate 9 suraty(sureties, if more than one) duly auihorized to da business in the State of Texas, knawn as 10 "Surety" herein (whether one or more}, are held and frmly baund unta the Developer, Carter 11 Park East Land, LLC, authorized to do business in Texas {"De veloper") and the City of Fort 12 Worth, a Texas municipal carporation ("City"), fn the penal sum of, One Million Two Hundred 13 Seven Six Thousand Ei ht Hundred Fort Dollars and Ninet Cents $] 276 840.90 lawful 14 money of the United States, to be paid in Fort Worth, Tarrani County, Texas for the payment of 15 which sutn well and iruly io be made jointly unto the Developer and the City as dual obligees, we 16 bind ourselves, our heirs, executars, administrators, successors and assigns, jointly and severally, 17 18 19 20 21 22 23 24 25 26 27 firmly by these presents. WHEREAS, Developer ancE City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Numher 21-0016 ;and WHEREAS, the Principal has entered into a certain writien contract with the Develaper awarded the � day of �/'GL1 , 20�, which Contract is Y►ereby referred to and made a part hereof %r all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as WATER AND SEWER IMPROYEMENT TD SERVE C�4R1'ER .PARK EA�ST PHASE I c�C II. NOW, THEREFORE, the condition of this abligation is suc�► that if the said Principal 28 shail faithfully perForm it obligations under the Cont�-act and shail in all respects duly and 29 faithfully perform the Work, including Change Oz'ders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any perioc� of 31 32 extension of the Contract that may be granted on the part of the Developer and/or City, then this obligatian shall be and become nu11 and void, otherwise to remain in full force and effect. C{TY OF FORT WbRTH Carter Park East Phase I& II 5TAIVDARD C[TY CONDiTEONS — DEVEi.OPBR AWARDED PROIECTS CPN 142807 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any ]egal action be filed on this Bond, venue shall Iie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is mac�e and executed in campliance with the provisions of Chapter 2253 af the 5 Texas Governmen# Code, as amended, and all liabilities an this bond shall be determined in 6 accordance with the provisions af said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety ha�e SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 9 ,20�. ro 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 34 31 32 33 34 35 3G 37 38 39 40 41 42 43 A (Prin ' a ecretary . V" Witness as Principal . � Witness as to Surety day of �Y�� PRINCIPAL: Moss Utilities C BY: 5i ature `���� �"�UJ� � �i IJiL�1i�� Name and Title Address: 33�0 Rock Island IZoad IrvingZ TX 7SOb� 5UR� TY: Atlantic Specialty Insurance Compar.y BY: Sig re TOrdan A Pitts, Attorney-In-Fact . Name and Title Address: 6Q5 Highway 169 Nort�, Suite t300 Pl�mouth. MN 55441 Telephone Number: (602) 882-2654 44 *Note: If signed by an officer of the Surety Company, there must be on file a certified exiract 45 from the by-laws showing that ihis person has authority to sign such obligation. If 4b Surety's physical acldress is different from its maili�g acidress, bot� must be provided. 47 48 The date of the bond shail not be prior to the date the Contract is awarded. CITY OF FRRT WORTI-I Carter Park East Fhase I& II STANDARD CITY CONDITIONS — T]EV�LOPER AWARDED PI207�C`I'S CPN � 028fl7 Revised 7anuary 31, 2012 Bond Number: 840a80045 RO 62 14 - i AAYMENT BOND Page 1 of 2 1 2 3 4 5 b THE STATE OF TEXAS C0�7NTY OF TARRANT SECTION 04 62 14 PAYMENT BOND § § KNOW ALL BY THESE PRE�ENTS. § 7 That we, Moss Utilities, LLC , known as 8 "Principal" herein, and Adantic Specialty Insurance Company , a 4 corporate surety ( ar sureties if more than one), duly authorized to do business in the State of 10 Texas, known as"Surety" herein (whether one or rnore), are held and firmly bound unto the 11 Developer, Carter Park East �.and, LLC, authorized to do business in Texas "(Developer"), and i2 the City af Fort Worth, a Texas municipal corporation {"City"}, in the penal suFn of One Million 13 Two Hundred Seventy Six Thousand Eight Hundred Forty Dollars and Ninety Cents 14 ($1,276,840.90), ]awFui money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas, for the paymen# of which sum well and Lruly be made jointly unta the Developer and the 16 City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and 17 assigns, jointly and severaily, firmly by these presents: 1 S WHEREAS, De'veloper and City ha�e entered in#o an Agreerr�ent for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Faciiities 20 Agreement, CFA Number 21-0016 ;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded #he � day of �}�c � , 20� �__, whic� Contract is herehy 23 referred to and made a part hereof for all pEu-poses as if fully set forth hereiil, #o furnish all 24 materials, equipment, labor and other accessories as deiined by law, in the prosec�tion of #he 25 Work as provided for in said Contract and designated as WATER AND SEWER 26 IMPKOYEMENTS TO �'ERVE CARTER PARK EAST PHAS'E I& II. 27 NOW, THEREFORE, THE CONDITI4N OF THTS OBLIGATION is such that if 28 Principa] shall pay all monies owing to any (and all) payment bond beneficiary (as defned in 29 Chapter 2253 of the Texas Go�ernment Code, as amended} in the prosecution of t�e Wark under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in �ull 31 force and effect. CITY OF FORT WORTH Carter Park East Phase I& CI STAI�IDAR[} CiTY COND1TiON5 — DEVELOPER AWARDED PROJECTS CPN ]02$07 Revised January 3l, 2012 ao6z�4-z PAYMENT BOAID Page 2 of 2 I �'his band is made and executed in compliance with the pravisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly autharized agents and officers on this the � day of 6 �L�11 11�' , 20�. 7 ATTEST: '� / � �� (�rincip cre � Witness s to Princi ATTEST: ��'r�si ` ''�i� ✓� (Surety) Secretary Melissa Fitts, Bond Secretary Witness as to Surety 10 11 12 13 14 PRINCIPAL: Moss Utilities C BY: Signature �'�I�� � NI�� - ���+� ��-� Narne and Title Address: 3300 Rock Island Road irving, TX 75060 SURETY: Atlantic Specialty Insurance Company BY: Signatu • JOrdan A Pitts, Attorney-In-Faci Name and Title Address: 605 Highway 169 North, Suite SOQ Plymouth, MN 55441 Telephone Nur�►ber: (602) 882-2654 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this parson has authority to sign such obligation. If Surety's physical address is different from its mailing address, bath must be provided. The date o�the bond shali not be prior io the date the Contract is awarded. END O� SECTION CITY OF FORT WOKTH Carter Park East Phase I& II STANDARD CITY CONDIiIONS — DEVELQPER AWAItDE� PR03ECT5 CPN ]02807 Revised ]anuary 31, 2012 intact INSURAkCE Power of Attorne�r KIVOW ALL MEN SY THESE PRESENTS, that ATLAN'I'IC SPECIALTY IIVSlIFiAI�iCE COMPANY, a New York corporat�on wiih its principal offire in Plymouth, Minnesota, does hereby wnstitute and appoint: William A. Birdsong, Lloyd Ray Pitts Jr., 3ordan A. Pitts, each individually iE there he moie than one named, its true and lawful Attomey-in-Fact, tn make, execute, seal and deliver, for and on its hehalf as surety, any and aFl honds, recognizances, contracts of indemnity, and all other writings obGgatory in the nature thereaf; gxovided that no 6ond or undertaking eYecuted under this a�thority shall exceed in amount the sum of: wilimited and the execuUon of such bonds, recagnizances, conuacts of indemniry, and all othet wriEings o6ligaeory in the nature thereof in pursuance of these presents, shall be as binding upon said Company as if they had been fully signed by an auihorized officei of the Company and sealed with the Company seal. This Power of Attarney is made and executed by authority ni ihe following resolutions adopted by the Board of Directors of ATZANTIC SPECIAL'TY INSURANCE COMPANY on the twenty-fifrh day of 5eptember, 2U12: Resoived: That the President, any Senior Vice President or Vice-President (each an "Authorized Officei") may execute far and in behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all ather writings ohlig,atory in the nature thereof, and affix the seal of the Company theretn; and that the Authorized Offlcer may appoint and authoxize an Attomey-in-Fact to execute on behalf of the Company any and all such ins�xuinents and to affix the Company seal thereto; and that the Authorized Officer may at any time remove any such Attorney-in-Fact and tevoke all power and authority given to any such Attorney-in- Faet. Aesolve[i: Titat the Attamey-in-Fact may be given full power and authoriry to execute foi and in t4te name and on behalf of the Company any and all bonds, recognizances, convacts af indemnity, and all other writings obligatnry in the nature thereof, and any such instrument eacecuted by any such Attomey-in-Fact shall be as 6inding ugon the Campany as if signed and sealed hy an Authorized Officer and, furiher, the Attomey-in-Fact is hereby authorized to verify any affidavit required to be attached to bonds, retognizances, mntracts of indemnity, and all other wri6ngs obligatory in the nature theeeof. This power of atmmey is signed and sealed by facsimi[e under the authority of the following Resalution adopted by the Board of Directors af ATLANTTC SPECIALTY INSi.TRANCE COMPANY on the [wenty-fifth day of Septemher, 2012: Resnlved: That the signature of an Authoeized Ofiicer> the signatute of tl�e Secretary or the Assistant Secretary, and the Company seal may be affixed by facsimile to any power o€ attomey or to any certificate rekating thereto appointing an Attomey-in-Fact for purposes only of executing and sealing any bond, u�tdertaking, xecagnizance or other wrinen obiigaGon in the �ature thereoE, and any such signature and seal where so used, being hereby adnpted by the Company as the oiiginal signature of such officei and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually aftilced. TlV WITNESS W?�E32�.L)F, A'iT AIVTIC SPF,CIAL3'Y iNSURAIVCE COiv1PANY has caused these prese�ts to be signed by an Authorized Officer and the seal of the Company to he affixed tnis t�wenty-saventh �ic�y o€ April, 2020. STATF. QF N�[T4D]ESOT'A HENNEPIN Ct3UI�TTY : 4 \ �,O�p RATF.'9 n'. �I� =y SEAL �m: �/�K/ =`—' 1986 'o; By = i w �- �'._ ':,,6�1 FW YflPN.ya? Paul J. Brehm, Senior Vice President � b' !�. N�p 11f�l�lllll�� On this tweraty-sevenai d�� of Apr�t, 2020, before me personally came Panl 7. Brehm, 5enior Vice President of ATLAN'ITC SPEC[ALTY INSU�tANGE COMPANY, to me personally knowr io be the itidividual and oEficer des�ribed in and who esecuted the preceding instrument, and he acknowledged the execution of the same, and being by me duly swvrn, that he is the said officer of the Company afotesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to Ehe said instrument by the authority and at the d'uection of the Company. *� , ALIS4N DWAN NABH TROUT HQiARY PLiBLIC • N�lN1VE80TA N4y ComrTtts�ion Expkes January Z1, 2026 lS%'Y1�4��� iVotary Public i, the undersigned, 5ecretaTy of ATLA�I'I'IC SPECiALTY INSUR�VCE COMPANX, a�ew York Corparaiion, do hereby cerUfy that the foregoing power of attorney is in fu�l Eorce and has not heen revoked, and the resalutlons set €orrh above are now in force. Signed and sealed. Dated� day of �y� �. This Power of Attorney eacpues January 31, 2025 r,,, jv„iNs,n , •`�,�. 4,Q -.�,. :4G GQCIP�Rq�F9C�=. _ m � S [/q,L � = �o ?'�8& 'o ' =`,,L� y�W YDP� aa�,-: •',,'4 N r.,� iii�l«��,�`,' ��_ Kara Barrow, Secretary Please direct bond verifications to snre �a intactinsurance.com IMPORTANT NOTICE 70 o�tain information or make a camplaint: You may contact your agent. AVISO IMPORTANTE Para obtener informacion o para someter una qusja: Pusde communicarse con su ag�nte. You may cafl yaur Insurance Carrier's toll-free Usted puede ]]amar al nu�nero de telefona gratis de su telephane number for information or to make compania de seguros para informacion o para sameter a complaint at: una queja al: 1-800-321-2721 You may also write to your [nsurance Carrier � Atlantic Specialty Insurance Company Paralegal 605 Highway 169 f�orth, Suite 800 Plymouth, MIV 55441 EmaiL• s�rety@iniactinsurance.com Phone:1-800�62-09 56 1 �00-321-2721 Usted tarnbien puede escribir a su campania de seguros en: Atlantic Specialty insurance Company Pa�alegal S05 Highway 169 North, Suite 800 Plymouth, MN 55441 Email: surety@intactinsurance.com Phone:1-800-662-0156 You rnay coniact the Texas Department of Puede comunicarse con el Departamento de Seguros de lnsurance ta obtain information on Texas para obtener infarmacion acerca de campanias, companies, co�erages, rights or complaints cober#uras, derechos o quejas al: � 1,800-2�2�439 You may wriie the Texas Department of [nsurance: 1-800-252�439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 1491Q4, Austin, TX i8714-910� Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerPratec#ion tdi.texas. o� P.O. Box 149104, Austin, TX 78714 Fax: (512) 4SQ-1 �07 Web: www.tdi.texas.ga� E-rr►ail: ConsumerProtection tdi.texas. ov PREMIUM OR CLAIM DISPUTES: Shoukd DISPUTAS SOBRE PRIMAS � RECLAMOS: Si tiene you have a dispute concerning your premium una disputa cancemiente a su prima o a un recfamo, debe or about a claim you should cantact the agent Gpmun9carse con el agente primero. 5i no se resuelve la firs#. If �he dispute is not resolved, you may disputa, puede entonces comunicarse con el contact the Texas Department of Ins�rance. departamento (7D1). ATTACH TH[S NDTICE TO YOUR POLICY: llNA ESTE AVISO A SlJ POLIZA: Este a��sa es solo T1�is notice is for information only and does opara proposito de informacian y no se con�ierte en parte nnt become a part or conditian of the attached condic9on del documenta adjunto. document. VCM PHN TX 001 1013 0 Bond Number: 80008a0�5 oa 62 i 9- t MAINTENANCE BOND Page I of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 TIiE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY �F TARRANT 7 7'hai we Moss Utilities, LL� , known as 8 "Principal" herein and Atlantic Specialty Insurance Company , a corporate surety 9 {sureties, if more than one) cEuly authorized to do business in the State of Texas, known as l0 "Surety" herein {whether one or more), are held and frmly bound unto the Developer, Carter 11 Park East Land, LLC, authorized to do buszness in Texas ("Developer") and the City of Fort 12 Warth, a Texas municipal corporation ("City"), in the sum of One Million Two Hundred Seventy 13 Six Thousand Eight Hundred Fortv Doliars and Ninetv Cents ,$1,276.84090�„ lawful maney of 14 the United Sta#es, to be paid in Fart Worth, Tarrant County, Texas, for payment of which su:�n 15 well and truly be made jaintly unto the Develaper and the City as dual obligees and their 16 successars, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 14 WHEREAS, Developer and City haue entered into an Agreement for the construction of 24 community faci�ities in the City of Fort Worth by and through a Community Facilities 2i Agreement, CFA Number 21-0016 ;and 22 WHEREAS, the Principal has entered inta a certain written contract with the Deveioper 23 awarded the 1 day of �� , 20 Z E, which Contract is 24 hereby referred to and a mac�e part hereo� for all pu�poses as if fully set forth herein, to furn�sh a11 25 materials, eyuipment labor ar�d ather accessaries as deiined by law, in the prosecution of the 26 Work, including atty Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as WATER AND SEWER 28 IMPROVEMENTS TO SERVE CARTER PARK EAST PHASE I& II; and 29 30 WHEREAS, Principal btnds itself to use such materials and to so construct the Work in 31 accordance with tl�e pIans, specifications and Cantract Dacuments that #he Woric is and will 32 remain free from defects in materials ar workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Wark by the City ("Maintenance Period"); ar�d 34 CITY OF FORT WORTH Carter Park East Phase I& II STANDAItD CITY CONDTTIONS — DEVELOPEl2 AWARDED PROJECTS CPN 102807 Revised ]anuary 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 I7 IS I9 20 21 22 aodzi9-z MAINT�NAMCE BOND Page 2 of 3 WHEREAS, 1'rincipal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developar and/or City of the need thereof at any time within the Maintenance Feriad. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defecti�e Worlc, for which timely notice was provid�d by Developer or City, to a completion satisfactory to #he City, then this obligation shall became null and void; otherwise to remain in �ull force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconsiructed with all associated costs thereof being borne by the Pri�cipal and the Surety under this Maintenance Bond; and PROVIDED TLTRTFIER, that if any legal action be filed an this Band, venue shall lie in Tarrant County, Texas ar the Uni#ed States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FiJRTHER, that this obligation shall be contin�ous in nature and successive recoveries may �e had hereon for successive breaches. C1TY OF FORT WQRTH STANDARD CITY CON�ITIQI�S — DEVELOP�.R AWARDED PROJECTS Re�ised January 31, 2012 Carter Park East Phase 1& ll CPN ]02807 006219-3 MAINTENANGE BONI? Page 3 of 3 1 IN WITNESS WHEREOR, the Principal and the Surety have each SIGNED and SEALED this 2 insirument by duly authorized agents and officers on this the � day of � iJ�;[1i ► 3 , 20�. 4 5 b 7 8 9 10 11 12 13 14 15 16 17 1$ 19 2Q 21 22 23 24 25 26 27 28 29 3D 3I 32 33 34 35 36 AT'I'EST: r (Surety) Secretary ; / Witnes as to Surety 37 *Note: 38 39 40 4I 42 Pitts, Bond Secretary PRiNCIPAL: Moss Utilities L BY: 5ignatvre ���t��� ��S— � � ra�-�r��- Name and Title Address: �300 Rock Island Raad Irvin�, TX 75060 SURETY: Atlantic Specialty Insurance Company BY: ¢� Si ure JOrdan A Pitts, Attarney-In-Fac� Name and Title � Address: 605 Highway 169 North, Suite $UO P�ymouth, MN 55441 Telephone Number. (602} 882-2654 If signed by an officer of the Surety Company, there must be an 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 priar to the date the Cantract is awarded. C[7Y QF FORT WORTH Carter Park East Phase I& 3I 3TANDARD CITY CONDITIONS —13EVELOPER AWARDED PRO.EECTS CI'N ]02807 Revised 7anuary 3l, 2U12 � Witness to Principal inta.ct IlISURANCE Power of Attorney KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY I1VSi1RANCE COMPANY, a 1Vew York corporatian with its principal office in Plymoutlt, Minnesota, does hereby consdwte and appoint: William A. Sirdsong, Lioyd Ray Pitts Jr., 3ordan A. Pitts, each individually if there Ue more than ane named, its true and lawful Attomey-in-Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recagnizances, conffacts nf indemniry, and all other wri6ngs ohligatory in the nature thereof; piovided that na bond or undertaking executed under this autliority shall exceed in amount the sum of: unlimited and the execuuon of such bonds, recognizances, contracts of indemniry, and all nther writings o6ligatory in the natuie thereof in pursuance of these presents, shall 6e as hinding upnn said Company as if they had been fully signed by an authvrized officer of the Company and sealed with the Company seal. Tius Power of Attarney is made and executed hy authority of the foFlowing resnlutions adopted by the Board of Directots of ATLANTIC SPECIALTY iNSLTRANCE COMPA,NY an the twenty-fift3i day of September, 2p12: Resolved: That the President, any Senior Vice President or Vice-President (each an "Autharized O€ficer") may execute for and in behalf of the Campany any and all bonds, recognizances, contracts of indemniEy, and al] other writings obligatory in the natuxe thereof, and affix the seal of the Company theieto; and that the Authorized Officer inay appoint and authorize an Attamey-in-Fact to exe�ute on behalf af the Company any and a]l such instruments and to affix the Gompany seal ihereto; and #hat Ehe Authorized Officer may at any time remove any such Attomey-in-Fact and revoke all power and authority given to any such Attorney-in- Fact. Resolved: That ihe Attorney-in-Fact may be given full pflwer and authority to execute for and in the name and on hehalf of the Company any and all bonds, recognizances, contracts of indemnity, and all orher wriungs ubligatory in the nature thereof, and any such insirument execated by any such Attorney-in-Fact shall 6e as hinding upan the Company as if signed and sealed 6y an Authorized dfficer and, furthei, the Attomey-in-Fact is hereby autharized to verify any affidavit required to he attached tn bonds, recognizances, contraccs of indemnity, and all other writings obligatory in the namre thereof. This power of attorney is signed and seaEed by facsimi[e under the author�ty of the follawing Resolution adopted hy the Board of Directors of ATLANTTC SPECIALTY II�TSUI2AI�TCE COMPANY on the twenty-fifth day of September, 2012: 12esulved: That the signatuxe of an Autharized Officer, the signature of the 5ecretary or the Assistant Secretary, and 3he Cnmpany seal may he affixed by facsimile to any power of attarney or ta any cerUficate relating thexeto appointing an Attomey-in-Fact far purposes only of executing and sealing any bond, undertaking, recognizance or other written obligauon in the nature thereof, and any such signature and seal where so used, 6eing hereby adapied by the Company as the origxnal signature of snch off'scer and the original seal of the Company, to be valid and bisiding upon the Company with the same fnrce and effect as though manually affiYed. IN WITNESS WHEREOF, ATT,AIV`1"IC SPECL4LTY IIVSURA.NC& COMPANY has caused these presents ta be signed by an Authoiized Officer and the seal of the Company to he affixed this trre:iiy-se�✓anth day of Apol, 2020. STATc OF �f:V1VE;-SQTFL HEtVI�FI'�IN �(JUNTY �.�,�. ,�. o"`��Y INg� : 44iG` GpHPQRqT 992�"s S EAL`� n � �� sm: Ti'' :Y, 1986 �o By �'ya �FW Yn��aa�'� Paul J. Brehm, Senior Vice President ,'��"' ��..� :���..,.*�'��. On this t�ven�y-seve:Eth d2.5� �f April, ZD20, befare me personally came Paul J. Brehm, Senior Vice President of ATLANTIC SPECIFiLTY IN5URANCE COMPANY, to me personally Rnow�S tu he th2 indivi�ual and officer descrihed in and who eacecuted the preceding instmment, and he acknowledged the execution of the same, and heing by me duly sworn, that r,e is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal af said Company and that the said seal and the signature as such ofFicer was duly affixed and subscri6ed to the said instrument by the authoriry and at the direction of the Company. , � ALISON DWA�I �ASH�iR4UT HQTARY PUBLIC • IAIHNE$OTA N4y Cammissfon Explres January 3t, 2026 ;���� Notazy Public I, the undersigned, Secretary af ATLANI'IC SPECIALI'Y INSURA�TCE COMPA�TY, a IVew York Coxpoxation, do heieby certify that the foregoing power of attorney is in full force and has not been revoked, and the xesaluflons set for�h above �are{ now in force. Signed and sealed. Aated�_ day of �� ,�-t . T7iis Pawer of Attamey expires {anaary 31, 2025 , ��.,.��,... .,�"'�v ihs : t�'`� � -Uq'"••s � qG�'�pRPO!}q fF9y =� sy SEAL. ��"= ``� 7985 'o_ .�Zdj�HFW Yaq,�yAsz,: .�11, � *ia, • ,..,e,..�� � ��. Kara Sarrow, Secretary Please direct bond verifications to suret inta in r nce. m IMPORTANT NOTIC� To obtain information or make a complaint: You may contact your agent. AVtSO IMP�RTANTE Para obtenar informacion o para someter una queja: Puede cammunicarse con su agente. You may call your Insurance Carrier's toll-free Usted puede Ilamar al numero de telefano gratis de su telephone number for information or to make campania de seguros para informacion o para someter a complaint at: una queja al: 1$00-321-2721 You may also write to yaur �nsurance Carrier 2t 1�00-321-2721 Usted tambien puede escribir a su compania de seguros en: At�antic 5peciafty Insurance Company Paralegal 605 Highway 169 North, Suite 800 Plymouth, MN 55�41 �rnaiL surety@intactinsurance.com Phone:l-800-662-0156 Atlantic Specialty Insurance Campany Paralegal 605 Highway 169 North, Suite 800 Plymouth, MN 55441 Email: surety@intactinsurance.com Phone:1-800�62-4156 You may cor�taci the Texas Department of �uede comunicarse con el Depar#amento de Seguros de Insurance to obtain information on Texas para obtener informacion aeerca de companias, campanies, coverages, rights or corrtplaints �oberturas, derechos o quejas ai: � 1-800-252�439 You may write the Texas Department of Insurance: 1-800-252�439 Puede eseribir al Departamento de 5eguros de Texas: P.O. Box 149104, Austin, TX 78714-9104 Fa�c: {512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection aC�.tdi.texas.qov P.O. Box 149104, Austin, TX 78714 Fax: (512} 490-1007 Web: www.tdi.texas.go� E-mail: Cor�sumerProtect�onCc�tdi.texas.go� PREMIUM OR CLAIM DISPiJTES: 5hould DISPUi'AS SOBRE PRIMAS ❑ RECLAM05: 5i tiene yau have a dispute concerning your �remium una disputa concerniente a su prima o a un reclart�a, debe or about a claim ynu should contact tE�e agent comunicarse con el agente primero. Si no se resuelve la first. If the dispute is not resolved, you may disputa, puede enfonces comunicarse con el cor�tact tE�e Texas Department of Insurance. depa�amento (TDI). ATTACH THIS N�TIC� TO YOUR POLtCY: This notice is for information only and cEoes not becorne a part or condition of the attached document. UNA ESTE AVISO A 5U POL[ZA: Este aviso es salo opara proposEto de informacion y no se convierte en parte oondicion del dacumento adjunto. VC141 PHN TX 009 1D 93 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: ____________________________________________________________ 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. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ 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- None None None 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 102807 Revised December 20, 2012 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 102807 Revised December 20, 2012 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 102807 Revised December 20, 2012 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 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 5 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 5 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 5 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer’s opinion, acceptance will require substantial revision of the original design d. In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 5 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 Revision Log DATE NAME SUMMARY OF CHANGE EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City PROJECT: DATE: 01 25 00 - 5 DAP SUBSTITUTION PROCEDURES Page 5 of 5 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 Address By Date Date Telephone For Use by City: Approved Rejected City Date Signature as noted Recommended Recommended Firm Not recommended Received late Remarks 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. 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] 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 SECTION 01 33 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 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 1. When submitting shop drawings or samples, utilize a 9-character submittal crossreference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 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 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 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 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare- parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non- conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August 30, 2013 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August, 30, 2013 1 SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 – General Requirements 24 3. Section 33 12 25 – Connection to Existing Water Mains 25 26 1.2 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 34 Specification 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 a. Notify the Texas Department of Transportation prior to commencing any work 40 therein in accordance with the provisions of the permit 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August, 30, 2013 1 b. All work performed in the TxDOT right-of-way shall be performed in 2 compliance with and subject to approval from the Texas Department of 3 Transportation 4 B. Work near High Voltage Lines 5 1. Regulatory Requirements 6 a. All Work near High Voltage Lines (more than 600 volts measured between 7 conductors or between a conductor and the ground) shall be in accordance with 8 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 9 2. Warning sign 10 a. Provide sign of sufficient size meeting all OSHA requirements. 11 3. Equipment operating within 10 feet of high voltage lines will require the following 12 safety features 13 a. Insulating cage-type of guard about the boom or arm 14 b. Insulator links on the lift hook connections for back hoes or dippers 15 c. Equipment must meet the safety requirements as set forth by OSHA and the 16 safety requirements of the owner of the high voltage lines 17 4. Work within 6 feet of high voltage electric lines 18 a. Notification shall be given to: 19 1) The power company (example: ONCOR) 20 a) Maintain an accurate log of all such calls to power company and record 21 action taken in each case. 22 b. Coordination with power company 23 1) After notification coordinate with the power company to: 24 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 25 lower the lines 26 c. No personnel may work within 6 feet of a high voltage line before the above 27 requirements have been met. 28 C. Confined Space Entry Program 29 1. Provide and follow approved Confined Space Entry Program in accordance with 30 OSHA requirements. 31 2. Confined Spaces include: 32 a. Manholes 33 b. All other confined spaces in accordance with OSHA’s Permit Required for 34 Confined Spaces 35 D. Use of Explosives, Drop Weight, Etc. 36 1. When Contract Documents permit on the project the following will apply: 37 a. Public Notification 38 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 39 prior to commencing. 40 2) Minimum 24 hour public notification in accordance with Section 01 31 13 41 E. Water Department Coordination 42 1. During the construction of this project, it will be necessary to deactivate, for a 43 period of time, existing lines. The Contractor shall be required to coordinate with 44 the Water Department to determine the best times for deactivating and activating 45 those lines. 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August, 30, 2013 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City’s representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor’s letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor’s foreman and phone number 29 f) Name of the City’s inspector and phone number 30 g) City’s after-hours phone number 31 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor’s letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August, 30, 2013 1 3) Date of the interruption of service 2 4) Period the interruption will take place 3 5) Name of the contractor’s foreman and phone number 4 6) Name of the City’s inspector and phone number 5 c. A sample of the temporary water service interruption notification is attached as 6 Exhibit B. 7 d. Deliver a copy of the temporary interruption notification to the City inspector 8 for review prior to being distributed. 9 e. No interruption of water service can occur until the flyer has been delivered to 10 all affected residents and businesses. 11 f. Electronic versions of the sample flyers can be obtained from the Project 12 Construction Inspector. 13 H. Coordination with United States Army Corps of Engineers (USACE) 14 1. At locations in the Project where construction activities occur in areas where 15 USACE permits are required, meet all requirements set forth in each designated 16 permit. 17 I. Coordination within Railroad Permit Areas 18 1. At locations in the project where construction activities occur in areas where 19 railroad permits are required, meet all requirements set forth in each designated 20 railroad permit. This includes, but is not limited to, provisions for: 21 a. Flagmen 22 b. Inspectors 23 c. Safety training 24 d. Additional insurance 25 e. Insurance certificates 26 f. Other employees required to protect the right-of-way and property of the 27 Railroad Company from damage arising out of and/or from the construction of 28 the project. Proper utility clearance procedures shall be used in accordance 29 with the permit guidelines. 30 2. Obtain any supplemental information needed to comply with the railroad’s 31 requirements. 32 J. Dust Control 33 1. Use acceptable measures to control dust at the Site. 34 a. If water is used to control dust, capture and properly dispose of waste water. 35 b. If wet saw cutting is performed, capture and properly dispose of slurry. 36 K. Employee Parking 37 1. Provide parking for employees at locations approved by the City. 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August, 30, 2013 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August, 30, 2013 1 EXHIBIT A 2 (To be printed on Contractor’s Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised August, 30, 2013 1 EXHIBIT B 2 3 4 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised March 20, 2020 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised March 20, 2020 1) Confirm development of Project directory for electronic submittals to be uploaded to the City’s document management system, or another form of distribution approved by the City. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 3 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised March 20, 2020 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised JULY 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised JULY 1, 2011 c. Coordination 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 Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 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 departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised JULY 1, 2011 D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised JULY 1, 2011 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised July 1, 2011 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 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). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised July 1, 2011 a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised July 1, 2011 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 57 13 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 01 57 13 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised July 1, 2011 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: 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) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. 01 57 13 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised July 1, 2011 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 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] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. C. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised March 20, 2020 10 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor’s operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor’s personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor’s operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor’s operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 b) Stand-by or idle time c) Lost profits 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. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 price per each “Specified Remobilization” in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised February 14, 2018 SECTION 01 71 231 CONSTRUCTION STAKING AND SURVEY2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1. Requirements for construction staking and construction survey6 B.Deviations from this City of Fort Worth Standard Specification7 1. See Changes (Highlighted in Yellow).8 C.Related Specification Sections include, but are not necessarily limited to:9 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract10 2.Division 1 – General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES12 A.Measurement and Payment13 1.Construction Staking14 a.Measurement15 1)This Item is considered subsidiary to the various Items bid.16 b.Payment17 1)The work performed and the materials furnished in accordance with this18 Item are subsidiary to the various Items bid and no other compensation will19 be allowed.20 2.Construction Survey21 a.Measurement22 1)This Item is considered subsidiary to the various Items bid.23 b.Payment24 1)The work performed and the materials furnished in accordance with this25 Item are subsidiary to the various Items bid and no other compensation will be26 allowed.27 3.As-Built Survey28 a.Measurement29 1)This Item is considered subsidiary to the various Items bid.30 b.Payment31 1)The work performed and the materials furnished in accordance with this32 Item are subsidiary to the various Items bid and no other compensation will be33 allowed.34 35 36 37 38 39 40 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised February 14, 2018 1.3 REFERENCES1 A.Definitions2 1.Construction Survey - The survey measurements made prior to or while3 construction is in progress to control elevation, horizontal position, dimensions and4 configuration of structures/improvements included in the Project Drawings.5 2.As-built Survey –The measurements made after the construction of the6 improvement features are complete to provide position coordinates for the features7 of a project.8 3.Construction Staking – The placement of stakes and markings to provide offsets9 and elevations to cut and fill in order to locate on the ground the designed10 structures/improvements included in the Project Drawings. Construction staking11 shall include staking easements and/or right of way if indicated on the plans.12 4.Survey “Field Checks” – Measurements made after construction staking is13 completed and before construction work begins to ensure that structures marked on14 the ground are accurately located per Project Drawings.15 B.Technical References16 1.City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw17 website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards18 2.City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available19 on City’s Buzzsaw website).20 3.Texas Department of Transportation (TxDOT) Survey Manual, latest revision21 4.Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land22 Surveying in the State of Texas, Category 523 24 1.4 ADMINISTRATIVE REQUIREMENTS25 A.The Contractor’s selection of a surveyor must comply with Texas Government26 Code 2254 (qualifications based selection) for this project.27 1.5 SUBMITTALS28 A.Submittals, if required, shall be in accordance with Section 01 33 00.29 B.All submittals shall be received and reviewed by the City prior to delivery of work.30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS31 A.Field Quality Control Submittals32 1. Documentation verifying accuracy of field engineering work, including coordinate33 conversions if plans do not indicate grid or ground coordinates.34 2.Submit “Cut-Sheets” conforming to the standard template provided by the City35 (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).36 37 1.7 CLOSEOUT SUBMITTALS38 B. As-built Redline Drawing Submittal39 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised February 14, 2018 1.Submit As-Built Survey Redline Drawings documenting the locations/elevations of1 constructed improvements signed and sealed by Registered Professional Land2 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A3 – Survey Staking Standards) .4 2.Contractor shall submit the proposed as-built and completed redline drawing5 submittal one (1) week prior to scheduling the project final inspection for City6 review and comment. Revisions, if necessary, shall be made to the as-built redline7 drawings and resubmitted to the City prior to scheduling the construction final8 inspection.9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]10 1.9 QUALITY ASSURANCE11 A.Construction Staking12 1.Construction staking will be performed by the Contractor.13 2.Coordination14 a.Contact City and Developer’s Project Representative at least one week in15 advance notifying the City of when Construction Staking is scheduled.16 b.It is the Contractor’s responsibility to coordinate staking such that17 construction activities are not delayed or negatively impacted.18 3.General19 a.Contractor is responsible for preserving and maintaining stakes. If City20 surveyors or Developer’s Project Representative are required to re-stake for21 any reason, the Contractor will be responsible for costs to perform staking. If22 in the opinion of the City, a sufficient number of stakes or markings have been23 lost, destroyed disturbed or omitted that the contracted Work cannot take place24 then the Contractor will be required to stake or re-stake the deficient areas.25 B.Construction Survey26 1.Construction Survey will be performed by the Contractor.27 2.Coordination28 a.Contractor to verify that horizontal and vertical control data established in the29 design survey and required for construction survey is available and in place.30 3.General31 a.Construction survey will be performed in order to construct the work shown32 on the Construction Drawings and specified in the Contract Documents.33 b.For construction methods other than open cut, the Contractor shall perform34 construction survey and verify control data including, but not limited to, the35 following:36 1)Verification that established benchmarks and control are accurate.37 2)Use of Benchmarks to furnish and maintain all reference lines and grades38 for tunneling.39 3)Use of line and grades to establish the location of the pipe.40 4)Submit to the City copies of field notes used to establish all lines and41 grades, if requested, and allow the City to check guidance system setup prior42 to beginning each tunneling drive.43 5)Provide access for the City, if requested, to verify the guidance system and44 the line and grade of the carrier pipe.45 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised February 14, 2018 6)The Contractor remains fully responsible for the accuracy of the work and1 correction of it, as required.2 7)Monitor line and grade continuously during construction.3 8)Record deviation with respect to design line and grade once at each pipe4 joint and submit daily records to the City.5 9)If the installation does not meet the specified tolerances (as outlined in6 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct7 the installation in accordance with the Contract Documents.8 C. As-Built Survey9 1.Required As-Built Survey will be performed by the Contractor.10 2.Coordination11 a.Contractor is to coordinate with City to confirm which features require as-12 built surveying.13 b.It is the Contractor’s responsibility to coordinate the as-built survey and14 required measurements for items that are to be buried such that construction15 activities are not delayed or negatively impacted.16 c.For sewer mains and water mains 12” and under in diameter, it is acceptable17 to physically measure depth and mark the location during the progress of18 construction and take as-built survey after the facility has been buried. The19 Contractor is responsible for the quality control needed to ensure accuracy.20 3.General21 a.The Contractor shall provide as-built survey including the elevation and22 location (and provide written documentation to the City) of construction23 features during the progress of the construction including the following:24 1)Water Lines25 a)Top of pipe elevations and coordinates for waterlines at the following26 locations:27 (1)Minimum every 250 linear feet, including28 (2)Horizontal and vertical points of inflection, curvature,29 etc.30 (3)Fire line tee31 (4)Plugs, stub-outs, dead-end lines32 (5)Casing pipe (each end) and all buried fittings33 2)Sanitary Sewer34 a)Top of pipe elevations and coordinates for force mains and siphon35 sanitary sewer lines (non-gravity facilities) at the following locations:36 (1)Minimum every 250 linear feet and any buried fittings37 (2)Horizontal and vertical points of inflection, curvature,38 etc.39 3)Stormwater – Not Applicable40 b.The Contractor shall provide as-built survey including the elevation and41 location (and provide written documentation to the City) of construction42 features after the construction is completed including the following:43 1)Manholes44 a)Rim and flowline elevations and coordinates for each manhole45 2)Water Lines46 a)Cathodic protection test stations47 b)Sampling stations48 c)Meter boxes/vaults (All sizes)49 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised February 14, 2018 d)Fire hydrants1 e)Valves (gate, butterfly, etc.)2 f)Air Release valves (Manhole rim and vent pipe)3 g)Blow off valves (Manhole rim and valve lid)4 h)Pressure plane valves5 i)Underground Vaults6 (1)Rim and flowline elevations and coordinates for each7 Underground Vault.8 3)Sanitary Sewer9 a)Cleanouts10 (1)Rim and flowline elevations and coordinates for each11 b)Manholes and Junction Structures12 (1)Rim and flowline elevations and coordinates for each13 manhole and junction structure.14 4)Stormwater – Not Applicable15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]16 1.11 FIELD [SITE] CONDITIONS [NOT USED]17 1.12 WARRANTY18 PART 2 -PRODUCTS19 A.A construction survey will produce, but will not be limited to:20 1.Recovery of relevant control points, points of curvature and points of intersection.21 2.Establish temporary horizontal and vertical control elevations (benchmarks)22 sufficiently permanent and located in a manner to be used throughout construction.23 3.The location of planned facilities, easements and improvements.24 a.Establishing final line and grade stakes for piers, floors, grade beams, parking25 areas, utilities, streets, highways, tunnels, and other construction.26 b.A record of revisions or corrections noted in an orderly manner for reference.27 c.A drawing, when required by the client, indicating the horizontal and vertical28 location of facilities, easements and improvements, as built.29 4.Cut sheets shall be provided to the City inspector and Survey Superintendent for all30 construction staking projects. These cut sheets shall be on the standard city template31 which can be obtained from the Survey Superintendent (817-392-7925).32 5.Digital survey files in the following formats shall be acceptable:33 a. AutoCAD (.dwg)34 b.ESRI Shapefile (.shp)35 c.CSV file (.csv), formatted with X and Y coordinates in separate columns (use36 standard templates, if available)37 6. Survey files shall include vertical and horizontal data tied to original project38 control and benchmarks, and shall include feature descriptions39 PART 3 -EXECUTION40 3.1 INSTALLERS41 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised February 14, 2018 A.Tolerances:1 1.The staked location of any improvement or facility should be as accurate as2 practical and necessary. The degree of precision required is dependent on many3 factors all of which must remain judgmental. The tolerances listed hereafter are4 based on generalities and, under certain circumstances, shall yield to specific5 requirements. The surveyor shall assess any situation by review of the overall plans6 and through consultation with responsible parties as to the need for specific7 tolerances.8 a.Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical9 tolerance. Horizontal alignment for earthwork and rough cut should not exceed10 1.0 ft. tolerance.11 b.Horizontal alignment on a structure shall be within .0.1ft tolerance.12 c.Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and13 walkways shall be located within the confines of the site boundaries and,14 occasionally, along a boundary or any other restrictive line. Away from any15 restrictive line, these facilities should be staked with an accuracy producing no16 more than 0.05ft. tolerance from their specified locations.17 d.Underground and overhead utilities, such as sewers, gas, water, telephone and18 electric lines, shall be located horizontally within their prescribed areas or19 easements. Within assigned areas, these utilities should be staked with an20 accuracy producing no more than 0.1 ft tolerance from a specified location.21 e.The accuracy required for the vertical location of utilities varies widely. Many22 underground utilities require only a minimum cover and a tolerance of 0.1 ft.23 should be maintained. Underground and overhead utilities on planned profile,24 but not depending on gravity flow for performance, should not exceed 0.1 ft.25 tolerance.26 B.Surveying instruments shall be kept in close adjustment according to manufacturer’s27 specifications or in compliance to standards. The City reserves the right to request a28 calibration report at any time and recommends regular maintenance schedule be29 performed by a certified technician every 6 months.30 1.Field measurements of angles and distances shall be done in such fashion as to31 satisfy the closures and tolerances expressed in Part 3.1.A.32 2.Vertical locations shall be established from a pre-established benchmark and33 checked by closing to a different bench mark on the same datum.34 3.Construction survey field work shall correspond to the client’s plans. Irregularities35 or conflicts found shall be reported promptly to the City.36 4.Revisions, corrections and other pertinent data shall be logged for future reference.37 38 3.2 EXAMINATION [NOT USED]39 3.3 PREPARATION [NOT USED]40 3.4 APPLICATION41 3.5 REPAIR / RESTORATION42 A.If the Contractor’s work damages or destroys one or more of the control43 monuments/points set by the City or Developer’s Project Representative, the monuments44 shall be adequately referenced for expedient restoration.45 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised February 14, 2018 1.Notify City or Developer’s Project Representative if any control data needs to be1 restored or replaced due to damage caused during construction operations.2 a.Contractor shall perform replacements and/or restorations.3 b.The City or Developer’s Project Representative may require at any time a4 survey “Field Check” of any monument or benchmarks that are set be verified5 by the City surveyors or Developer’s Project Representative before further6 associated work can move forward.7 3.6 RE-INSTALLATION [NOT USED]8 3.7 FIELD [OR] SITE QUALITY CONTROL9 A.It is the Contractor’s responsibility to maintain all stakes and control data placed by the10 City or Developer’s Project Representative in accordance with this Specification. This11 includes easements and right of way, if noted on the plans.12 B.Do not change or relocate stakes or control data without approval from the City.13 3.8 SYSTEM STARTUP14 A.Survey Checks15 1.The City reserves the right to perform a Survey Check at any time deemed16 necessary.17 2.Checks by City personnel or 3rd party contracted surveyor are not intended to18 relieve the contractor of his/her responsibility for accuracy.19 20 3.9 ADJUSTING [NOT USED]21 3.10 CLEANING [NOT USED]22 3.11 CLOSEOUT ACTIVITIES [NOT USED]23 3.12 PROTECTION [NOT USED]24 3.13 MAINTENANCE [NOT USED]25 3.14 ATTACHMENTS [NOT USED]26 END OF SECTION27 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised February 14, 2018 measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format 1 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 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. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 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 INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 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] 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 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 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. 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102807 Revised April 7, 2014 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application 31 24 00 - 1 EMBANKMENTS Page 1 of 9 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised January 28, 2013 SECTION 31 24 001 EMBANKMENTS2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1.Transporting and placement of Acceptable Fill Material within the boundaries of6 the Site for construction of:7 a.Roadways8 b.Embankments9 c.Drainage Channels10 d.Site Grading11 e.Any other operation involving the placement of on-site materials12 B.Deviations from this City of Fort Worth Standard Specification13 1.Identified Measurement and Payment14 C.Related Specification Sections include, but are not necessarily limited to:15 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract16 2.Division 1 – General Requirements17 3.Section 31 23 16 – Unclassified Excavation18 4.Section 31 23 23 – Borrow19 1.2 PRICE AND PAYMENT PROCEDURES20 A.Measurement and Payment21 1.Embankments by Plan Quantity22 a.Measurement23 1)Measurement for this Item shall be by the cubic yard in its final position24 using the average end area method. Limits of measurement are shown on25 the Drawings.26 2)When measured by the cubic yard in its final position, this is a plans27 quantity measurement Item. The quantity to be paid is the quantity shown28 in the proposal, unless modified by Article 11.04 of the General29 Conditions. Additional measurements or calculations will be made if30 adjustments of quantities are required.31 b.Payment32 1)The work performed and materials furnished in accordance with this Item33 and measured as provided under “Measurement” will be paid for at the unit34 price bid per cubic yard of “Embankment by Plan”. No additional35 compensation will be allowed for rock or shrinkage/swell factors, as these36 are the Contractor’s responsibility.37 c.The price bid shall include:38 1)Transporting or hauling material39 2)Placing, compacting, and finishing Embankment40 3)Construction Water41 4)Dust Control42 31 24 00 - 2 EMBANKMENTS Page 2 of 9 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised January 28, 2013 5)Clean-up1 6)Proof Rolling2 7)Disposal of excess materials3 8)Reworking or replacement of undercut material4 1.3 REFERENCES5 A.Reference Standards6 1.Reference standards cited in this specification refer to the current reference standard7 published at the time of the latest revision date logged at the end of this8 specification, unless a date is specifically cited.9 2.ASTM Standards10 a.ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit,11 and Plasticity Index of Soils12 b.ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the13 Wax Method14 c.ASTM D698-07e1, Standard Test Methods for Laboratory Compaction15 Characteristics of Soil Using Standard Effort16 d.ASTM D1557-09, Standard Test Methods for Laboratory Compaction17 Characteristics of Soil Using Modified Effort18 e.ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit19 Weight and Water Content Range for Effective Compaction of Granular Soils20 Using a Vibrating Hammer21 f.ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place22 by the Sand Cone Method23 1.4 ADMINSTRATIVE REQUIREMENTS24 A.Sequencing25 1.Sequence work such that calls of proctors are complete in accordance with ASTM26 D698 prior to commencement of construction activities.27 1.5 SUBMITTALS28 A.Submittals shall be in accordance with Section 01 33 00.29 B.All submittals shall be approved by the City prior to construction30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS31 A.Shop Drawings32 1.Stockpiled material33 a.Provide a description of the storage of the excavated material only if the34 Contract Documents do not allow storage of materials in the right-of-way or the35 easement36 31 24 00 - 3 EMBANKMENTS Page 3 of 9 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised January 28, 2013 1.7 CLOSEOUT SUBMITTALS [NOT USED]1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]2 1.9 QUALITY ASSURANCE [NOT USED]3 1.10 DELIVERY, STORAGE, AND HANDLING4 A.Storage5 1.Within Existing Rights-of-Way (ROW)6 a.Soil may be stored within existing ROW, easements or temporary construction7 easements, unless specifically disallowed in the Contract Documents.8 b.Do not block drainage ways, inlets or driveways.9 c.Provide erosion control in accordance with Section 31 25 00.10 d.When the Work is performed in active traffic areas, store materials only in11 areas barricaded as provided in the traffic control plans.12 e.In non-paved areas, do not store material on the root zone of any trees or in13 landscaped areas.14 2.Designated Storage Areas15 a.If the Contract Documents do not allow the storage within the ROW, easement16 or temporary construction easement, then secure and maintain an adequate17 storage location.18 b.Provide an affidavit that rights have been secured to store the materials on19 private property.20 c.Provide erosion control in accordance with Section 31 25 00.21 d.Do not block drainage ways.22 1.11 FIELD CONDITIONS23 A.Existing Conditions24 1.Any data which has been or may be provided on subsurface conditions is not25 intended as a representation or warranty of accuracy or continuity between soils. It26 is expressly understood that neither the City nor the Engineer will be responsible27 for interpretations or conclusions drawn there from by the Contractor.28 2.Data is made available for the convenience of the Contractor.29 1.12 WARRANTY [NOT USED]30 PART 2 -PRODUCTS31 2.1 OWNER-FURNISHED [NOT USED]32 2.2 PRODUCT TYPES AND MATERIALS33 A.Materials34 1.Acceptable Fill Material35 a.In-situ or imported soils classified as CL, CH, SC or GC in accordance with36 ASTM D248737 b.Free from deleterious materials, boulders over 6 inches in size and organics38 c.Can be placed free from voids39 d.Must have 20 percent passing the number 200 sieve40 31 24 00 - 4 EMBANKMENTS Page 4 of 9 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised January 28, 2013 2.Blended Fill Material1 a.In-situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with2 ASTM D24873 b.Blended with in-situ or imported acceptable backfill material to meet the4 requirements of an Acceptable Backfill Material5 c.Free from deleterious materials, boulders over 6 inches in size and organics6 d.Must have 20 percent passing the number 200 sieve7 3.Unacceptable Fill Material8 a.In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM9 D248710 4.Select Fill11 a.Classified as SC or CL in accordance with ASTM D248712 b.Liquid limit less than 3513 c.Plasticity index between 8 and 2014 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED]15 2.4 ACCESSORIES [NOT USED]16 2.5 SOURCE QUALITY CONTROL [NOT USED]17 PART 3 -EXECUTION18 3.1 INSTALLERS [NOT USED]19 3.2 EXAMINATION [NOT USED]20 3.3 PREPARATION21 A.Protection of In-Place Conditions22 1.Pavement23 a.Conduct activities in such a way that does not damage existing pavement that is24 designated to remain.25 b.Repair or replace any pavement damaged due to the negligence of the26 contractor outside the limits designated for pavement removal at no additional27 cost28 2.Trees29 a.When operating outside of existing ROW, stake permanent and temporary30 construction easements.31 b.Restrict all construction activities to the designated easements and ROW.32 c.Flag and protect all trees designated to remain in accordance with Section 31 1033 00.34 d.Conduct embankments in a manner such that there is no damage to the tree35 canopy.36 e.Prune or trim tree limbs as specifically allowed by the Drawings or as37 specifically allowed by the City.38 1)Pruning or trimming may only be accomplished with equipment39 specifically designed for tree pruning or trimming.40 3.Above ground Structures41 a.Protect all above ground structures adjacent to the construction.42 31 24 00 - 5 EMBANKMENTS Page 5 of 9 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised January 28, 2013 4.Traffic1 a.Maintain existing traffic, except as modified by the traffic control plan, and in2 accordance with Section 34 71 13.3 b.Do not block access to driveways or alleys for extended periods of time unless:4 1)Alternative access has been provided5 2)Proper notification has been provided to the property owner or resident6 3)It is specifically allowed in the traffic control plan7 3.4 INSTALLATION8 A.Embankments General9 1.Placing and Compacting Embankment Material10 a.Perform fill operation in an orderly and systematic manner using equipment in11 proper sequence to meet the compaction requirements12 b.Scarify and loosen the unpaved surface areas, except rock, to a depth of at least13 6 inches, unless otherwise shown on the Drawings14 c.Place fill on surfaces free from trees, stumps, roots, vegetation, or other15 deleterious materials16 d.Bench slopes before placing material.17 e.Begin filling in the lowest section or the toe of the work area18 f.When fill is placed directly or upon older fill, remove debris and any loose19 material and proof roll existing surface.20 g.After spreading the loose lifts to the required thickness and adjusting its21 moisture content as necessary, simultaneously recompact scarified material22 with the placed embankment material.23 h.Roll with sufficient number passes to achieve the minimum required24 compaction.25 i.Provide water sprinkled as necessary to achieve required moisture levels for26 specified compaction27 j.Do not add additional lifts until the entire previous lift is properly compacted.28 2.Surface Water Control29 a.Grade surface horizontally but provide with sufficient longitudinal and30 transverse slope to allow for runoff of surface water from every point.31 b.Conduct fills so that no obstruction to drainage from any other sections of fill is32 created.33 c.Install temporary dewatering sumps in low areas during filling where excess34 amounts of runoff collect.35 d.Compact uniformly throughout. Keep surfaces of fill reasonably smooth and36 free from humps and hollows that would prevent proper uniform compaction.37 e.Do not place fill during or shortly after rain events which prevent proper work38 placement of the material and compaction39 f.Prior to resuming compaction operations, remove muddy material off the40 surface to expose firm and compacted materials41 B.Embankments for Roads42 1.Only Acceptable Fill Material will be allowed for roadways43 2.Embankments for roadbeds shall be constructed in layers approximately parallel to44 the finished grade of the street45 3.Construct generally to conform to the cross section of the subgrade section as46 shown in the Drawings.47 31 24 00 - 6 EMBANKMENTS Page 6 of 9 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised January 28, 2013 4.Establish grade and shape to the typical sections shown on the Drawings1 5.Maintain finished sections of embankment to the grade and compaction2 requirements until the project is accepted.3 C.Earth Embankments4 1.Earth embankment is mainly composed of material other than rock. Construct5 embankments in successive layers, evenly distributing materials in lengths suited6 for sprinkling and rolling.7 2.Rock or Concrete8 a.Obtain approval from the City prior to incorporating rock and broken concrete9 produced by the construction project in the lower layers of the embankment.10 b.No Rock or Concrete will be permitted in embankments in any location where11 future utilities are anticipated.12 c.When the size of approved rock or broken concrete exceeds the layer thickness13 place the rock and concrete outside the limits of the proposed structure or14 pavement. Cut and remove all exposed reinforcing steel from the broken15 concrete.16 3.Move the material dumped in piles or windrows by blading or by similar methods17 and incorporate it into uniform layers.18 4.Featheredge or mix abutting layers of dissimilar material for at least 100 feet to19 ensure there are no abrupt changes in the material.20 5.Break down clods or lumps of material and mix embankment until a uniform21 material is attained.22 D.Rock Embankments23 1.Rock embankment is mainly composed of rock.24 2.Rock Embankments for roadways are only allowed when specifically designated on25 the Drawings.26 3.Construct rock embankments in successive layers for the full width of the roadway27 cross-section with a depth of 18-inches or less.28 4.The layer depth for large rock sizes shall not exceed a depth of 18-inches in any29 case. Fill voids created by the large stone matrix with smaller stones during the30 placement and filling operations.31 5.Ensure the depth of the embankment layer is greater than the maximum dimension32 of any rock.33 6.Do not place rock greater than 18-inches in its maximum dimension.34 7.Construct the final layer with graded material so that the density and uniformity is35 in accordance compaction requirements.36 8.The upper or final layer of rock embankments shall contain no material larger than37 4 inches in their maximum dimension.38 E.Density39 1.Compact each layer until the maximum dry density as determined by ASTM D69840 is achieved.41 a.Not Under Roadway or Structure:42 1)areas to be compacted in the open, not beneath any structure, pavement,43 flatwork, or is a minimum of 1foot outside of the edge of any structure,44 edge of pavement, or back of curb.45 31 24 00 - 7 EMBANKMENTS Page 7 of 9 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised January 28, 2013 a)Compact each layer to a minimum of 90 percent Standard Proctor1 Density.2 b.Embankments under future paving:3 1)Compact each layer to a minimum of 95 percent standard proctor density4 with a moisture content not to exceed +4 percent or -2 percent of optimum5 moisture or as indicated on the Drawings6 c.Embankments under structures:7 1) Compacted each layer as indicated on the Drawings8 F.Maintenance of Moisture and Reworking9 1.Maintain the density and moisture content once all requirements are met.10 2.For soils with a PI greater than 15, maintain the moisture content no lower than 411 percentage points below optimum.12 3.Rework the material to obtain the specified compaction when the material loses the13 required stability, density, moisture, or finish.14 4.Alter the compaction methods and procedures on subsequent work to obtain15 specified density as directed by the City.16 3.5 REPAIR [NOT USED]17 3.6 RE-INSTALLATION [NOT USED]18 3.7 FIELD QUAILITY CONTROL19 A.Field Tests and Inspections20 1.Proctors21 a.The City will perform Proctors in accordance with ASTM D698.22 b.Test results will generally be available to within 4 calendar days and distributed23 to:24 1)Contractor25 2)City Project Manager26 3)City Inspector27 4)Engineer28 c.Notify the City if the characteristic of the soil changes.29 d.City will perform new proctors for varying soils:30 1)When indicated in the geotechnical investigation in the Appendix31 2)If notified by the Contractor32 3)At the convenience of the City33 e.Embankments where different soil types are present and are blended, the34 proctors shall be based on the mixture of those soils.35 2.Proof Rolling36 a.Embankments under Future Pavement37 1)City Project Representative must be on-site during proof rolling operations.38 2)Use equipment that will apply sufficient load to identify soft spots that rut39 or pump.40 a)Acceptable equipment includes fully loaded single-axle water truck41 with a 1500 gallon capacity.42 3)Make at least 2 passes with the proof roller (down and back = 1 pass).43 4)Offset each trip by at most 1 tire width.44 5)If an unstable or non-uniform area is found, correct the area.45 31 24 00 - 8 EMBANKMENTS Page 8 of 9 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised January 28, 2013 6)Correct1 a)Soft spots that rut or pump greater than 3/4 inch.2 b)Areas that are unstable or non-uniform3 7)If a non-uniform area is found then correct the area.4 b.Embankments Not Under Future Paving5 1)No Proof Rolling is required.6 3.Density Testing of Embankments7 a.Density Test shall be in conformance with ASTM D2922.8 b.For Embankments under future pavement:9 1)The City will perform density testing twice per working day when10 compaction operations are being conducted.11 2)The testing lab shall take a minimum of 3 density tests, but the number of12 test shall be appropriate for the area being compacted.13 3)Testing shall be representative of the current lift being compacted.14 4)Special attention should be placed on edge conditions.15 c.For Embankments not under future pavement or structures:16 1)The City will perform density testing once working day when compaction17 operations are being conducted.18 2)The testing lab shall take a minimum of 3 density tests.19 3)Testing shall be representative of the current lift being compacted.20 d.Make the area where the embankment is being placed available for testing.21 e.The City will determine the location of the test.22 f.The City testing lab will provide results to Contractor and the City’s Inspector23 upon completion of the testing.24 g.A formal report will be posted to the City’s Buzzsaw site within 48 hours.25 h.Test reports shall include:26 1)Location of test by station number27 2)Time and date of test28 3)Depth of testing29 4)Field moisture30 5)Dry density31 6)Proctor identifier32 7)Percent Proctor Density33 B.Non-Conforming Work34 1.All non-conforming work shall be removed and replaced.35 3.8 SYSTEM STARTUP [NOT USED]36 3.9 ADJUSTING [NOT USED]37 3.10 CLEANING [NOT USED]38 3.11 CLOSEOUT ACTIVITIES [NOT USED]39 3.12 PROTECTION [NOT USED]40 3.13 MAINTENANCE [NOT USED]41 3.14 ATTACHMENTS [NOT USED]42 END OF SECTION43 31 24 00 - 9 EMBANKMENTS Page 9 of 9 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised January 28, 2013 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 –Added possible measurement and payment procedures and Blue text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 2 CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised July 1, 2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK D221073556 03/19/2021 07:57 AM Page: 1 of 6 Fee: $39.00 Submitter: Josh Martin Electronically Recorded by Tarrant County Clerk in Official Public Records -���,� MARY LOUISE NICHOLSON COUNTY CLERK CPN 102807 Carter Park East Phase I& II Parcel # 1 7500 Oak Grove Road Blocks 3, 4, 11, & 12 Shelby County School Land Survey STATE OF TEXAS . KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT DATE: 03/04/2021 CITY OF FORT WORTH WATER-SEWER FACILITY EASEMENT GRANTOR: CARTER PARK EAST LAND, LLC GRANTOR'S MAILING ADDRESS (including County): 3819 MAPLE AVE. DALLAS, DALLAS COUNTY, TX 752'19 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in Exhibits "A" and "B" Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water-Sewer Facility, hereafter referred to as "Facility". The Facility include� all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Water-Sewer Facility Easement Rev. 1 /9/18 Foe, T� H� D221073556 Easement Property and more fully described in Exhibits "A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (I) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surFace improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Water-Sewer Facility Easement Rev. 1 /9/18 Foa� HR Page 2 of 6 D221073556 GRANTOR: CARTER PARK EAST LAND: CARTER PARK EAST LAND, LLC, a Delaware limited liability company By: Carter East Investor, L.L.C., a Delaware limited liability company, its managing member Stanley V. Mullikin Vice President GRANTEE: City of Fort Worth ���-� �.�.Ro $y �S1�Tlatjire�see�eZ"obke �Mar ia, zozi ia:47 cor� �Pi1Rt N�YTle� $t2V2 COOk2 ��'l�e Property Management Director APPROVED AS TO FORM AND LEGALITY �S1gT1atU1'@�ann ��uz�� �Mar ia, zozi iz:ss cor� (Print Name) Leann Guzman , Title Deputy CityAttorney Ordinance No. 24161-04-2020 / No M&C (or M&C #) THE STATE OF TEXAS § � COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared S�1�U V. Mvllikih, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of �cur�tx (�tl� Eas't,LLL and that he/she executed the same as the act of said C�c}ti,c ParK Ea�} u.C.the purposes and consideration therein expressed and in the capacity therein stated. GNEN UNDER MY HAND AND SEAL OF OFFICE this Mo�xc,�^ , 20 �! g *' day of �o�'""'��� ANQREA BLAIR R�� + • Notary Public, State of Texas �.� J ���,�� �y � Notary ID 13208937-2 Notary Public in and for the State of Texas �o. � My Commission Exp. 07-17-2023 Water-Sewer Facility Easement Rev. 1I9/18 FUR:t �1'uRI li. ��� Page 3 of 6 D221073556 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke PMD Director , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 18th day of March , 2021 . ; - Digitally signed by ;;�%. ;;�" Joshua Martin o,�p,RY/'Ve, JOSH MARTIN _; � Notary Public Notary Public in and for the State of Texas +�* STATE OF TEXAS U'�,9�OFj�+P Notary I.D. 13236838-3 My Comm. Exp. Feb. 20, 2024 Water-Sewer Facility Easement Rev. 1 /9/18 Page 4 of 6 Foe_ T�W�o� , D221073556 Page 5 of 6 LEGAL DESCRIPTION BEING a 5,427 square foot (0.1246 acres) tract of land situated in the Shelby County School Land Survey, Tracts 3 and 12 - Abstract No. 1375, City of Fort Worth, Tarrant County, Texas, and being part of a called 300.3879 acre tract of land described in Special Warranty Deed to Carter Park East Land, LLC recorded in Instrument No. D220095202 of the Official Public Records of Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a 5/8-inch iron rod with plastic cap stamped "KHA" found in the east right-of-way line of Oak Grove Road - County Road No. 1023 (a variable width right-of-way), and being in the south line of a tract of land described in Deed to Texas Electric Service Company recorded in Volume 2911, Page 367 of said Deed Records; THENCE departing the said south line of the Texas Electric Service Company tract, South 0°29'25" East, along the said east right-of-way line of Oak Grove Road - County Road No. 1023, a distance of 1910.10 feet; from said point a 5/8-inch iron rod with plastic cap stamped "KHA" found at the intersection of the north right-of-way line of Enon Road - County Road No. 1051 (a variable width right-of-way) and said east right-of-way line of Oak Grove Road - County Road No. 1023 bears South 0°29'25" East, a distance of 3263.74 feet; THENCE departing the said east right-of-way line of Oak Grove Road - County Road No. 1023, North 89°30'35" East, a distance of 2266.93 feet to the POINT OF BEGINNING; THENCE the following six (6) calls: North 89°30'35" East, a distance of 977.57 feet to a point for corner; North 0°29'25" West, a distance of 96.96 feet to a point for corner; North 89°45'57" East, a distance of 40.00 feet to a point for corner; South 0°29'25" East, a distance of 98.31 feet to a point for corner; South 89°30'35" West, a distance of 1016.04 feet to a point for corner; North 45°30'43" West, a distance of 2.16 feet to the POINT OF BEGINNING and containing 5,427 square feet or 0.1246 acres of land. NOTES: Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes and bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that foregoing description accurately sets out the metes and bounds of the easement tract. �'�P.�P�c'O ER�cO '•. cS� � �: � ;�c ............................... MICHAEL CLEO BILLINGSLE' .::: A ...6558....v ::... � •�' 9�F O�Q''� � 9,v �,,SEU R � Ey o MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-horn.corr EXHIBIT A WATER AND SANITARY SEWER EASEMENT SHELBY COUNTY SCHOOL LAND SURVEY, TRACTS 3 AND 12, ABSTRACT NO. 1375 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS D221073556 Page 6 of 6 � �-- — 5'F/ELS9�6�10Tp SZ`FIO�L LAND SURVEY, TRACT 2 JOEL EAST RD. ABSTRACTNO. 1375 (A PROPOSEb 80' WIDE RIGHT-OF-WAY) —�HELBY COUNTY SCHOOL LAND SURVEY, TRACT 3, _ — — �TRACT NO. 1375 P.O.C. 5/8" IRFC "KHA" _ _ _ _ _ _ I I LEGEND I a I � � �� � � x � o � W J m I a � Q > �0 a I � 0 � rn . � I NOTES: I --------- i � � I � � �I � I � �: � � � � PART OF CALLED 300.3879 ACRES CATER PARK EAST LAND, LLC (INST. NO. D220095202) �' "' I N a� I N O Z L1 ,�--- �^ � M � ^ Z� �z O� �� �m �Q z � 0 U � m W _ � P.O.B. NORTH � 100 200 GRAPHIC SCALE IN FEET P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRFC = IRON ROD WITH CAP FOUND 189°30'35"E 977.57' S89°30'35"W 1016.04' J' 'J Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), North Central Zone (4202). A metes and bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this survey plat accurately sets out tha matac anrl hni inrlc nf tha aacamant tract �'�P.�P�c'O ER�cO '•. cS� � �: � ;�c ............................... MICHAEL CLEO BILLINGSLE' .::: A ...6558....v ::... � •�' 9�F O�Q''� � 9,v �,,SEU R � Ey o MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-horn.corr EXHIBIT B WATER AND SANITARY SEWER EASEMENT SHELBY COUNTY SCHOOL LAND SURVEY, TRACTS 3 AND 12, ABSTRACT NO. 1375 CITY OF FORT WORTH, TARRANT COUNTY,TEXAS � � U � � w � � � � M I Q � I '� U � � Q � I�m ��¢ Iz LINE TABLE NO. BEARING LENGTH L1 N89°30'35"E 2266.93' L2 N00°29'25"W 96.96' L3 N89°45'57"E 40.00' L4 S00°29'25"E 98.31' L5 N45°30'43"W 2.16' � � 30' SANITARY I � � SEWER EASEMENT I � m (VOL. 5855, PG. 532) I �_ I �� IL-------- I-- ------ 0.1246 ACRES 5,427 SQ. FT. L3 D221073555 03/19/2021 07:57 AM Page: 1 of 7 Fee: $43.00 Submitter: Josh Martin Electronically Recorded by Tarrant County Clerk in Official Public Records -���,� MARY LOUISE NICHOLSON COUNTY CLERK CPN 102807 Carter Park East Phase I� II Parcel # 1 7500 Oak Grove Road Blocks 3, 4, 11, & 12 Shelby County School Land Survey STATE OF TEXAS COUNTY OF TARRANT DATE: 03/04/2021 § § KNOW ALL MEN BY THESE PRESENTS § CITY OF FORT WORTH WATER FACILITY EASEMENT GRANTOR: CARTER PARK EAST LAND, LLC GRANTOR'S MAILING ADDRESS (including County): 3819 MAPLE AVE. DALLAS, DALLAS COUNTY, TX 75219 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in attached Exhibits "A" and "B" Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Permanent Water Facility Easement Rev. 1!9/18 FoR�r w'oR�� ►i. ��_ D221073555 Easement Property and more fully described in Exhibits "A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (I) use the Easement Property in any manner which interFeres in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Pertnanent Water Facility Easement Rev. 1/9/18 Page 2 of 7 �l�G�;4,� t- D221073555 GRANTOR: CARTER PARK EAST LAND: CARTER PARK EAST LAND, LLC, a Delaware limited liability company By: Carter East Investor, L.L.C., a Delaware limited liability company, its managing member Stanley V. Mullikin Vice President THE STATE OF TEXAS � COUNTY OF TARRANT § GRANTEE: City of Fort Worth By (Signature):stP���;��� r �'�� �4:4� cor, (Print Name) Steve Cooke � Tli�e Property Management Director APPROVED AS TO FORM AND LEGALITY � lSlpna�llre�eann 6uzinan (Mar 18, 20211255 CDT) � b' (Print Name) Leann Guzman , Title Deputy City Attorney Ordinance No. 24161-04-2020 / No M&C (or M&C #) ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared S�tlhlty V. MVllik�h lrnown to me to be the same person whose name is subscribed to the foregoing instrument, and acl�owledged to me that the same was the act of �artvt pa��Eat},l,t,C and that he/she executed the same as the act of said Cwr}tc Pa�'c Ea��.�c. the purposes and consideration therein expressed and in the capacity therein stated. GIVEN LTNDER MY HAND AND SEAL OF OFFICE this 8t�•` day of _ (� ar Un , 2o a.� �z�t"""�e�; ANDREA BLAIR �,�,.-gla,� • Notary Public, State of Texas Notary ID 13208937-2 Notary Public in and for the State of Texas �r���� OF �*~y M Commission Ex . 07-17-2 Y � �23 Pertnanent Water Facility Easement Rev. 1l9h 8 Page 3 of 7 FC�k'r �i'i�;�a;t �� D221073555 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke PMD Director , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 18th day of Mar�h , 2021 . �% Digitally signed by �����"� Joshua Martin O,�pRY�'(�e, JOSH MARTIN � z � Notary Public Notary Public in and for the State of Texas •O• STATE OF TEXAS N P Notary I.D. 13236838-3 9'FOFj� My Comm. Exp. Feb. 20, 2024 Permanent Water Facility Easement Rev. 1/9/18 �t)N7` WI �R I N �- Page 4 of 7 D221073555 Page 5 of 7 LEGAL DESCRIPTION TRACT 1 BEING a 12,231 square foot (0.2808 acres) tract of land situated in the Shelby County School Land Survey, Tract 4- Abstract No. 1375, City of Fort Worth, Tarrant County, Texas, and being part of a called 300.3879 acre tract of land described in Special Warranty Deed to Carter Park East Land, LLC recorded in Instrument No. D220095202 of the Official Public Records of Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a 5/8-inch iron rod with plastic cap stamped "KHA" found in the east right-of-way line of Oak Grove Road - County Road No. 1023 (a variable width right-of-way), and being in the south line of a tract of land described in Deed to Texas Electric Service Company recorded in Volume 2911, Page 367 of the Deed Records of Tarrant County, Texas; THENCE departing the said south line of the Texas Electric Service Company tract, South 0°29'25" East, along the said east right-of-way line of Oak Grove Road - County Road No. 1023, a distance of 2966.48 feet; from said point a 5/8-inch iron rod with plastic cap stamped "KHA" found at the intersection of the north right-of-way line of Enon Road - County Road No. 1051 (a variable width right-of-way) and said east right-of-way line of Oak Grove Road - County Road No. 1023 bears South 0°29'25" East, a distance of 2207.36 feet; THENCE departing the said east right-of-way line of Oak Grove Road - County Road No. 1023, North 89°30'35" East a distance of 15.00 feet to the POINT OF BEGINNING; THENCE the following four (4) calls: North 89°30'35" East, a distance of 15.00 feet to a point for corner; South 0°29'25" East, a distance of 815.41 feet to a point for corner; South 89°30'35" West, a distance of 15.00 feet to a point for corner; North 0°29'25" West, a distance of 815.41 feet to the POINT OF BEGINNING and containing 12,231 square feet or 0.2808 acres of land. EXHIBIT A WATER EASEMENT SHELBY COUNTY SCHOOL LAND SURVEY, TRACT 4, ABSTRACT NO. 1375 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS D221073555 Page 6 of 7 LEGAL DESCRIPTION TRACT 2 BEING a 949 square foot (0.0218 acres) tract of land situated in the Shelby County School Land Survey, Tract 4- Abstract No. 1375, City of Fort Worth, Tarrant County, Texas, and being part of a called 255.5957 acre tract of land described in Special Warranty Deed to Carter Park East Land, LLC recorded in Instrument No. D220095204 of the Official Public Records of Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a 5/8-inch iron rod with plastic cap stamped "KHA" found in the east right-of-way line of Oak Grove Road - County Road No. 1023 (a variable width right-of-way), and being in the south line of a tract of land described in Deed to Texas Electric Service Company recorded in Volume 2911, Page 367 of the Deed Records of Tarrant County, Texas; THENCE departing the said south line of the Texas Electric Service Company tract, South 0°29'25" East, along the said east right-of-way line of Oak Grove Road - County Road No. 1023, a distance of 2966.48 feet; from said point a 5/8-inch iron rod with plastic cap stamped "KHA" found at the intersection of the north right-of-way line of Enon Road - County Road No. 1051 (a variable width right-of-way) and said east right-of-way line of Oak Grove Road - County Road No. 1023 bears South 0°29'25" East, a distance of 2207.36 feet; THENCE departing the said east right-of-way line of Oak Grove Road - County Road No. 1023, North 89°30'35" East a distance of 615.65 feet to the POINT OF BEGINNING; THENCE the following four (4) calls: North 89°30'35" East, a distance of 17.00 feet to a point for corner; South 0°29'25" East, a distance of 55.83 feet to a point for corner; South 89°30'35" West, a distance of 17.00 feet to a point for corner; North 0°29'25" West, a distance of 55.83 feet to the POINT OF BEGINNING and containing 949 square feet or 0.0218 acres of land. NOTES: Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes and bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that foregoing description accurately sets out the metes and bounds of the easement tracts. �'�P.�P�c'O ER�cO '•. cS� � �: � ;�c ............................... MICHAEL CLEO BILLINGSLE' .::: A ...6558....v ::... � •�' 9�F O�Q''� � 9,v �,,SEU R � Ey o MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-horn.corr EXHIBIT A WATER EASEMENT SHELBY COUNTY SCHOOL LAND SURVEY, TRACT 4, ABSTRACT NO. 1375 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS D221073555 Page 7 of 7 J II 1 J � I II � � � � f I NOTES: �-- — 5'F/ELS9�6�10Tp SZ`FIO�L LAND SURVEY, TRACT 2 JOEL EAST RD. ABSTRACTNO. 1375 (A PROPOSEb 80' WIDE RIGHT-OF-WAY) —�HELBY COUNTY SCHOOL LAND SURVEY, TRACT 3, _ — — �TRACT NO. 1375 P. O. C. TEXAS ELECTRIC SERVICE COMPANY �� 5/8" IRFC "KHA" _ _ (VOL. 2911_PG. 367) _ _ _ � • � _ _ N89°30'35"E 615.65' ��— � _ _ _ �o � -L3 � � PART OF I L9 CALLED 300.3879 ACRES I CATER PARK TRACT 2 EAST LAND, LLC (INST. NO. D220095202) 0.0218 ACRES TRACT 1 949 SQ. FT. 0.2808 ACRES 12,231 SQ. FT. v J 0�/ L.1_ W � � 0 � � Q UI w � m LL Y a_ o Q� >_ O Q c� � LINE TABLE NO. BEARING LENGTH L1 N00°29'25"W 2966.48' L2 N89°30'35"E 15.00' L3 N89°30'35"E 15.00' L4 S00°29'25"E 815.41' L5 S89°30'35"W 15.00' L6 N00°29'25"W 815.41' L7 N89°30'35"E 17.00' NORTH � 100 200 GRAPHIC SCALE IN FEET PART OF CALLED 255.5957 ACRES CATER PARK EAST LAND, LLC (INST. NO. D220095204) LINE TABLE NO. BEARING LENGTH L8 S00°29'25"E 55.83' L9 S89°30'35"W 17.00' L10 N00°29'25"W 55.83' LEGEND P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRFC = IRON ROD WITH CAP FOUND Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), North Central Zone (4202). A metes and bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this survey plat accurately sets out the metes and hnunds �f the easement tracts_ �'�P.�P�c'O ER�cO '•. cS� � �: � ;�c ............................... MICHAEL CLEO BILLINGSLE' .::: A ...6558....v ::... � •�' 9�F O�Q''� � 9,v �,,SEU R � Ey o MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.billingsley@kimley-horn.corr EXHIBIT B WATER EASEMENT SHELBY COUNTY SCHOOL LAND SURVEY, TRACT 4, ABSTRACT NO. 1375 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK �rr�con �V GeoReporto;� Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 (Revised on November 3, 2020) Terracon Project No. 95205117 Prepared for: Carter Park East Land, LLC Dallas, Texas Prepared by: Terracon Consultants, Inc. Fort Worth, Texas October 28, 2020 (Revised on November 3, 2020) Carter Park East Land, LLC 3819 Maple Avenue Dallas, Texas 75219 Attn: Mr. Matthew E. Colter, Vice President Re: Geotechnical Engineering Report Carter Park East - Option 8 Oak Grove Road Fort Worth, Texas Terracon Project No. 95205117 Dear Mr. Colter: 1 ��rracon GeoReport We have completed the Geotechnical Engineering services for the above referenced project. This study was performed in general accordance with Terracon Proposal No. P95205117 dated July 30, 2020. This revised report presents the findings of the subsurface exploration and provides geotechnical recommendations concerning earthwork and the design and construction of foundations, floor slabs and pavements, for the proposed project. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. r"`'r i %I '� �u�- �!. �usal, E.I.T. Senior Staff Engineer �:ryr'4A � i+�a�z�xc � _G��� r a F r�+9�� v * .' � �*��i �• . ..............�...................�: *1 � �NERYL �. P�I3RAZA � 1� .�., ............................,.. .;.---� r+� 9 �d75�t .��,�i �j ! } �.��-. � � �: ��I,� � � f`t>�'�`1GG�'� ��� '�,�f cENS �;a�,ti'2�� r�1 ��* a ��r '� Cheryl C. Pedraza, P.E. Geotechnical Department Manager cc: D. Tyler Baucom/Rob Riner Companies (tbaucom@robriner.com) Terracon Consultants; Inc. 2501 East Loop 820 North Fort Worth; Texas 76118 Registration No. F-3272 P[817] 268 8600 F[817] 268 8602 terracon.com/officeslfort-worth REPORT TOPICS INTRODUCTION............................................................................................................. 1 SITE CONDITIONS .........................................................................................................1 PROJECT DESCRIPTION ..............................................................................................2 GEOTECHNICAL CHARACTERIZATION ...................................................................... 3 GEOTECHNICAL OVERVIEW ....................................................................................... 5 EARTHWORK................................................................................................................ 6 DEEP FOUNDATIONS ................................................................................................. 12 FLOOR SLABS/FLATWORK ON MODIFIED SUBGRADE .........................................15 SEISMIC CONSIDERATIONS ...................................................................................... 18 PAVEMENTS................................................................................................................ 18 GENERAL COMMENTS ............................................................................................... 22 FIGURES...................................................................................................................... 24 Note: This report was originally delivered in a web-based format. text in the report indicates a referenced section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the GeoReport logo will bring you back to this page. For more interactive features, please view your project online at client.terracon.com. ATTAC H M E N TS EXPLORATION AND TESTING PROCEDURES SITE LOCATION AND EXPLORATION PLANS EXPLORATION RESULTS SUPPORTING INFORMATION Note: Refer to each individual Attachment for a listing of contents. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 REPORT SUMMARY Topic Proj Descri�, Characteriza Seismic Consideratior Gen Con Overview Statement 1 �erraco�n GeoReport We understand that the proposed Option 8 development will include two single story distribution buildings and associated pavements. Building 1 will have a footprint of about 826,500 sf and Building 2 will have a footprint of about 319,200 sf. Overburden soils consisting of fat and lean clays with varying amounts of limestone fragments were present in the borings to depths of about 5 to 12 feet in building borings and to depths of about 4 to 10 feet in pavement borings. These overburden soils in building borings and pavement borings (P2 and P8) were underlain by tan limestone to the depth of about 13 to 23 feet in building borings and to the depth of boring termination in pavement borings (P2 and P8). Gray limestone with shale seams was present beneath the tan limestone to the boring termination depths in the building borings. Groundwater was not encountered in borings during and short period of the time boreholes were remained opened. On-site soils can be used for site fill. Tan limestone is relatively shallow in some areas. The limestone is hard and may be difficult to excavate. Excavations extending into the limestone may require breaker hoes, trenchers and milling machines equipped with rock teeth. Line drilling can be used to control over break at the limits of the excavation. We recommend supporting foundation loads for the buildings on straight-sided drilled shafts situated in the gray limestone with shale seams stratum (GeoModel layer 3) present at depths of about 13 to 23 feet below existing grades in building 1 footprint and at depths of about 14 to 18 feet in building 2 footprint. The near-surface soils are active and prone to volume change with variations in moisture level. If movements on the order of 1 inch are acceptable, the floor slabs can be placed on a modified subgrade as discussed in section Based on the 2012/2015 International Building Code (IBC) and ASCE/SEI 7-10, the seismic site classification for this site is C. Portland cement concrete pavement is recommended for truck drives and aprons. Asphalt paving is only recommended in the employee parking areas with no tractor-trailer truck traffic. Lime stabilization is recommended for subgrades supporting asphalt pavements and heavy- duty Portland cement concrete pavements. Portland cement concrete light duty parking lot pavements can be placed on a compacted subgrade with or without lime subgrade stabilization. These pavements are not equal in performance. The Portland cement concrete pavement is expected to require less maintenance than asphalt pavement. This section contains important information about the limitations of this geotechnical engineering report. This summary is for convenience only. It should be used in conjunction with the entire report for design purposes. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Carter Park East - Option 8 Oak Grove Road Fort Worth, Texas Terracon Project No. 95205117 October 28, 2020 (Revised on November 3, 2020) INTRODUCTION This report presents the results of our subsurface exploration and geotechnical engineering services performed for the proposed Carter Park — Option 8 to be located at Oak Grove Road in Fort Worth, Texas. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: Subsurface soil (and rock) conditions Groundwater conditions Site preparation and earthwork Foundation design and construction Floor slab design and construction Seismic site classification per IBC . Pavement options and thicknesses The geotechnical engineering Scope of Services for this project included the advancement of 48 test borings to depths ranging from approximately 10 to 30 feet below existing site grades. Maps showing the site and boring locations are shown in the and PI� sections, respectively. The results of the laboratory testing performed on soil samples obtained from the site during the field exploration are included on the boring logs in the Explo_ __ _ section. SITE CONDITIONS The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Item Parcel Information Description The project is located about 2,000 feet south of Joel East Road and east of Oak Grove Road in Fort Worth, Texas. 32.63877°N, 97.29716°W (approximate) See .� �ocation Responsive ■ Resourceful ■ Reliable 1 Geotechnical Engineering Report l�erracon Carter Park East - Option 8 Fort Worth, Texas �-- October 28, 2020 Terracon Project No. 95205117 GeoReport Item Description Existing Undeveloped land with a well pad to the west of the proposed buildings and Improvements east of Oak Grove Road Current Ground The site appears to be used for agricultural purposes and has tree lines that Cover extend east-west and north-south across the site. Based on topographical information provided by Kimley Horn Associates (KHA Project 061298200, Sheet C-100, dated 6/24/2020), the ground surface of the Existing Topography site appears to be highest in elevation near the southwest corner of the site and slopes downward to the east with ground surface elevations ranging from about 684 feet to 661 feet. PROJECT DESCRIPTION Our initial understanding of the project was provided in our proposal and no comments have been made by the design group/client and our final understanding of the project conditions is as follows: Item Description We understand that the proposed Option 8 development will include two single story distribution buildings and associated pavements. Building 1 will have a Project Description footprint of about 826,500 sf and Building 2 will have a footprint of about 319,200 sf. Building Construction Finished Floor Elevation The buildings are anticipated to consist of concrete tilt-wall panels with interior steel columns and roof supports and a grade-supported floor slab. ±677.0 feet (Building 1) ±671.5 feet (Building 2) Columns: 200 kips Maximum Loads Walls: 3-5 kips per linear foot (klf) Slabs� 150-200 pounds per square foot (psf) GradinglSlopes Below Grade Structures Free-Standing Retaining Walls Pavements Building 1: Up to about 9 feet of fil and 4 feet up cut Building 2: Up to about 8.5 feet of fill .Final slope angles of as steep as 4H:1V (Horizontal� Vertical) are expected. Limited to loading dock walls less than about 4 feet in height Retaining walls are not expected to be constructed as part of site development to achieve final grades. Both rigid (concrete) and flexible (asphalt) pavement sections will be considered. Responsive ■ Resourceful ■ Reliable 2 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 GEOTECHNICAL CHARACTERIZATION General Description Fat and lean clay with limestone fragments We have developed a general characterization of the subsurface conditions based upon our review of the subsurface exploration, laboratory data, geologic setting and our understanding of the project. This characterization, termed GeoModel, forms the basis of our geotechnical calculations and evaluation of site preparation and foundation options. Conditions encountered at each exploration point are indicated on the individual logs. The individual logs can be found in the section and the GeoModel can be found in the section of this report. As part of our analyses, we identified the following model layers within the subsurface profile. For a more detailed view of the model layer depths at each boring location, refer to the GeoModel. Model Layer Layer Name 1 Clay 2 Weathered Bedrock _ 3 � Bedrock Tan limestone with clay seams and layers 1 �erracon GeoReport Gray limestone with shale seams The following table summarizes the rock profile in the borings: Approximate Depth Boring to Top of Tan Number Limestone (feet) B-1 B-2 B-3 B-4 B-5 B-6 B-7 B-8 B-9 B-10 B-11 B-12 B-13 6-14 8 6 5 6 8 6 10 8 4 6 10 10 12 10 Approximate Elevation to Top of Tan Limestone (feet) 669.5 673 676 674 669 670 664 667.5 670 670 666.5 662 658 661 Approximate Depth to Top of Gray Limestone (feet) 17 13 14 17 22 18 19 21 17 15 21 19 20 23 Approximate Elevation to Top of Gray Limestone (feet) 660.5 666 667 663 655 658 655 654.5 661 661 655.5 653 650 648 Responsive ■ Resourceful ■ Reliable 3 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 Approximate Depth Boring to Top of Tan Number Limestone (feet) B-15 6 B-16 8 B-17 10 B-18 13 B-19 8 _ B-20 � 11 B-21 10 B-22 �- 8 _ B-23 � 8 B-24 � 5 B-25 6 B-26 � 7 _ B-27 � 5 B-28 6 _ C-1 � 12 C-2 6 G3 10 C-4 10 C-5 5 C-6 11 _ G7 � 10 C-8 6 C-9 11 C-10 8 _ C-11 � 10 P-2 8 P-8 4 Below ground surface 663 661 658.5 655 661 659 663 663 665.5 676 671.5 669 672 673 654 654 653.5 655.5 661 652 653.5 660 654 656.5 654.5 674.5 670 Approximate Depth to Top of Gray Limestone (feet) 17 16 17 20 20 18 _ 17 20 21 _ 20 20 21 17 _ 14 18 _ 18 18 _ 18 14 _ 18 18 _ 17 18 _ 17 18 Not encountered Not encountered 1 �erracon GeoReport Approximate Elevation to Top of Gray Limestone (feet) 656 653 651.5 648 649 652 656 651 652.5 656 657.5 655 660 665 648 646 645.5 647.5 652 645 645.5 649 647 647.5 646.5 The boreholes were observed while drilling and after completion for the presence and level of groundwater. Groundwater was not observed in the borings while drilling, or for the short duration the borings could remain open. However, this does not necessarily mean the borings terminated above groundwater, or the water levels summarized above are stable groundwater levels. Due to the low permeability of the soils encountered in the borings, a relatively long period may be necessary Approximate Elevation to Top of Tan Limestone (feet) Responsive ■ Resourceful ■ Reliable 4 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport for a groundwater level to develop and stabilize in a borehole. Long term observations in piezometers or observation wells sealed from the influence of surface water are often required to define groundwater levels in materials of this type. Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the borings were performed. Therefore, groundwater levels during construction or at other times in the life of the structure may be higher or lower than the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. GEOTECHNICAL OVERVIEW Overburden soils consisting of fat and lean clays with varying amounts of limestone fragments were present in the borings to depths of about 5 to 12 feet in building borings and to depths of about 4 to 10 feet in pavement borings. These overburden soils in building borings and pavement borings (P-2 and P-8) were underlain by tan limestone to the depth of about 13 to 23 feet in building borings and to the depth of boring termination in pavement borings (P-2 and P-8). Gray limestone with shale seams was present beneath the tan limestone to the boring termination depths in the building borings. Groundwater was not encountered in borings during and short period of the time boreholes were remained opened. Expansive soils are present on this site. At the time of our field operations on September 16 to September 21, 2020, the overburden soils generally varied from average to dry state. Our laboratory absorption swell test results were as high as 7.6% for samples tested at its natural overburden stress. Based on the Plasticity Index (PI) of the soils, the potential vertical rise (PVR) of the site soils is estimated to be on the order of 4 to 5 inches. The PVR is estimated utilizing the TxDOT method TEX-124-E and based on dry soil conditions. If movements on the order of one inch are acceptable, the floor slab can be supported on a moisture conditioned subgrade. We recommend minimum depth of moisture conditioned soil should be at least 10 feet or to top of the tan limestone and capped with 1-foot layer of select fill or flexible base or 6 inches of lime treated soil. For Building 1, based on a finished floor elevation of 677 feet, the moisture conditioning should extend to elevation 665.5 feet or to the top of tan limestone and capped with a 1-foot layer of select fill or flexible base or 6 inches of lime treated soil. For Building 2, based on a finished floor elevation of 671.5 feet, the moisture conditioning should extend to elevation 660 feet or to the top of tan limestone and capped with a 1-foot layer of select fill or flexible base or 6 inches of lime treated soil. If movements of less than one inch are required, Terracon should be contacted for recommendations for a structural slab. In areas where moisture conditioning does not extend to the top of tan limestone, it should be noted that if a lime cap is utilized, the cap is in addition to the 10 feet of moisture conditioned soil for a total treated zone of 10.5 feet. Responsive ■ Resourceful ■ Reliable 5 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport We recommend supporting foundation loads for the buildings on straight-sided drilled shafts situated in the gray limestone with shale seams stratum (GeoModel layer 3) present at depths of about 13 to 23 feet below existing grades in building 1 footprint and at depths of about 14 to 18 feet in building 2 footprint. Grade beams/tilt panels used in conjunction with drilled shaft foundations should be designed with a void space between the grade beam/tilt panels and the underlying clay soils. Where tan limestone is present just below the grade beam/tilt panel a void space is not required. Portland cement concrete pavement is recommended for truck drives and aprons. Asphalt paving is only recommended in the employee parking areas with no tractor-trailer truck traffic. Lime stabilization is recommended for subgrades supporting asphalt pavements and heavy duty Portland cement concrete pavements. Portland cement concrete light duty parking lot pavements can be placed on a compacted subgrade with or without lime subgrade stabilization. This summary should be used in conjunction with the entire report for design purposes. It should be recognized that details were not included or fully developed in this section, and the report must be read in its entirety for a comprehensive understanding of the items contained herein. The section titled Co should be read for an understanding of the report limitations. EARTHWORK The following sections provide recommendations for use in the preparation of specifications for the work. Recommendations include critical quality criteria as necessary to render the site in the state considered in our geotechnical engineering evaluation for foundations, floor slabs, and pavements. Site Preparation Site preparation for the proposed project should include removing the existing vegetation, existing fill, and any other unsuitable surface materials from the areas of new construction. The exposed subgrade should be proof rolled prior to placing any fill. The proof rolling should be performed with a fully loaded, tandem-axle dump truck or other equipment providing an equivalent subgrade loading. A minimum gross weight of 20 tons is recommended for the proof rolling equipment. The proof rolling should consist of several overlapping passes in mutually perpendicular directions over a given area. Any soft or pumping areas should be modified using one of the methods discussed in this section. Methods of subgrade improvement could include scarification and recompaction at the proper moisture content, chemical treatment (lime), or removal of unstable materials and replacement with granular fill (with or without a geogrid). The appropriate method of improvement, if required, Responsive . Resourceful . Reliable 6 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport would be dependent on factors such as schedule, weather, the size of the area to be stabilized, and the nature of the instability. More detailed recommendations can be provided during construction as the need for subgrade modification occurs. Performing site grading operations during warm seasons and dry periods would help to reduce the amount of subgrade stabilization required. Scarification and Compaction — It may be feasible to scarify, dry, and compact the exposed soils. The success of this procedure would depend primarily upon favorable weather and sufficient time to dry the soils. Stable subgrades likely would not be achievable if the thickness of the unstable soil is greater than about 2 feet, if the unstable soil is at or near groundwater levels, or if construction is performed during a period of wet or cool weather when drying is difficult. Chemical Treatment — Improvement of subgrades with lime could be considered for improving unstable soils. Chemical modification should be performed by a prequalified contractor having experience with successfully stabilizing subgrades in the project area on similar sized projects with similar soil conditions. The hazards of chemicals blowing across the site or onto adjacent property should also be considered. Additional testing would be needed to develop specific recommendations to improve subgrade stability by blending chemicals with the site soils. Additional testing could include, but not be limited to, evaluating various admixtures, the optimum amounts required and the presence of sulfates in the soil. Crushed Stone — The use of crushed stone or crushed gravel is a very common procedure to improve subgrade stability. Typical undercut depths would be expected to range from about 6 to 12 inches below finished subgrade elevation. The use of a geogrid could also be considered after underground work such as utility construction is completed. Prior to placing the geogrid, we recommend that all below-grade construction, such as utility line installation, be completed to avoid damaging the geogrid. Equipment should not be operated above the geogrid until one full lift of crushed stone fill is placed above it. The maximum particle size of granular material placed over geotextile fabric or geogrid should meet the manufacturer's specifications, and generally should not exceed 1'/z inches. Further evaluation of the need and recommendations for subgrade treatment can be provided during construction as the geotechnical conditions are exposed. Suitable Fill Material Types The following soil materials are discussed in the coming sections of this report. The following table summarizes their nomenclature, detailed descriptions, and appropriate usage in the context of this project. Responsive . Resourceful . Reliable 7 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 Soil Type On-site soils Imported fill Compaction Sandy clay to clayey sand with a Select fill liquid limit (LL) of 35 or less and a plasticity index (PI) in the range of 6 and 15 TxDOT Item 247, Type D, Grade 1-2. Flexible base Recycled concrete meeting this gradation is acceptable. "TxDOT — Texas Department of Transportation Compaction Requirements 1 �erracon GeoReport Upper 1 foot of the building pad Recommendations for compaction are presented in the following table. We recommend that engineered fill be tested for moisture content and compaction during placement. Should the results of the in-place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test must be reworked and retested as required until the specified moisture and compaction requirements are achieved. Item On-site soils or imported fills outside the moisture conditioned zone Moisture Content A minimum of 95% maximum standard At a minimum of +2 percentage Proctor dry density (ASTM D 698) points of optimum moisture Moisture conditioned In the range of 92% to 98% maximum standard Proctor dry density (ASTM At a minimum of +5 percentage soils p 698� points of optimum moisture Select fill / flexible base o In the range of -2 to A minimum of 95 /o maximum standard +2 percentage points of optimum Proctor dry density (ASTM D 698) moisture content Clay backfill for A minimum of 92% to 98% maximum At a minimum of +5 percentage exterior face of grade standard Proctor dry density (ASTM beam D 698) points of optimum moisture Technical Description � Appropriate Use —� Free of vegetation, organic material, debris, and rocks greater than General site grading 4 inches in maximum dimension. ■ Building pad ■ Pavement subgrades (natural or lime Clean clay soil (free of deleterious treated) material and debris) with a liquid limit Utility trench backfill (LL) of 60 or less and no rock greater than 4 inches in maximum dimension Responsive ■ Resourceful ■ Reliable 8 Geotechnical Engineering Report l�erracon Carter Park East - Option 8 Fort Worth, Texas �-- October 28, 2020 Terracon Project No. 95205117 GeoReport Item Compaction Moisture Content A minimum of 95% maximum standard In the range of 0 to +3 percentage Pavement subgrades Proctor dry density (ASTM D 698) Points of optimum moisture content 1. Fills should be placed in maximum loose lifts of 9 inches or less. The compaction criteria in fire lanes and roadways must meet the requirements, if any, as prescribed by the local governing authority. Utility Trench Backfill Utility trenches are a common source of water infiltration and migration. Utility trenches penetrating beneath the building should be effectively sealed to restrict water intrusion and flow through the trenches, which could migrate below the building. The trench should provide an effective trench plug that extends at least 5 feet from the face of the building exterior. The plug material should consist of cementitious flowable fill or low permeability clay (PI>20). The trench plug material should be placed to surround the utility line. If used, the clay trench plug material should be placed and compacted to comply with the water content and compaction recommendations for fill stated previously in this report. Grading and Drainage The performance of the proposed structures will not only be dependent upon the quality of construction, but also upon the stability of the moisture content of the near surface soils. Therefore, we highly recommend that site drainage be developed so that ponding of surface runoff near the structures does not occur. Accumulation of water near the structures may cause significant moisture variations in soils adjacent to the structures, thus increasing the potential for structural distress. Effective drainage away from the structures and excavations must be provided during construction and maintained through the life of the proposed project. Infiltration of water into excavations should be prevented during construction. Water retained next to the building can result in soil movements greater than those discussed in this report. Greater movements can result in unacceptable differential floor slab and/or foundation movements, cracked slabs and walls, and roof leaks. Exposed ground should be sloped and maintained at a minimum 5 percent away from the building for at least 10 feet beyond the perimeter of the building. Locally, flatter grades may be necessary to transition ADA access requirements for flatwork. Roof runoff and surface drainage should be collected and discharged away from the structures to prevent wetting of the foundation soils. Roof gutters should be installed and connected to downspouts and pipes directing roof runoff at least 10 feet away from the structures or discharged on to positively sloped pavements or to stormwater collection systems. Responsive . Resourceful . Reliable 9 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport Sprinkler mains and spray heads should preferably be located at least 5 feet away from the structures such that they cannot become a potential source of water directly adjacent to the structures. In addition, the owner and/or builder should be made aware that placing large bushes and trees adjacent to the structures may cause significant moisture variations in the soils underlying the structures. In general, tree roots can adversely influence the subsurface soil moisture content to a distance of at least 1'/z times the mature height of the tree and beyond the tree canopy. Watering of vegetation should be performed in a timely and controlled manner and prolonged watering should be avoided. Landscaped irrigation adjacent to the foundation units should be minimized or eliminated. Special care should be taken such that underground utilities do not develop leaks with time. After building construction and landscaping, final grades should be verified to document effective drainage has been achieved. Grades around the structures should also be periodically inspected and adjusted as necessary as part of the structure's maintenance program. Where paving or flatwork abuts the structures, a maintenance program should be established to effectively seal and maintain joints and prevent surface water infiltration. Water permitted to pond next to the structures can result in greater soil movements than those discussed in this report. Estimated movements described in this report are based on effective drainage for the life of the structures and cannot be relied upon if effective drainage is not maintained. Earthwork Construction Considerations Shallow excavations, for the proposed structure, are anticipated to be accomplished with conventional construction equipment. Tan limestone was shallow in some areas. The limestone is hard and may be difficult to excavate. Excavations extending into the limestone may require breaker hoes, trenchers and milling machines equipped with rock teeth. Line drilling can be used to control over break at the limits of the excavation. The limestone may be very difficult to process down for use as suitable fill in the building and paving areas and may have to be placed in landscape areas (i.e. outside building and pavement areas) or wasted. Upon completion of filling and grading, care should be taken to maintain the subgrade water content prior to construction of floor slabs. Construction traffic over the completed subgrades should be avoided. The site should also be graded to prevent ponding of surface water on the prepared subgrades or in excavations. Water collecting over, or adjacent to, construction areas should be removed. If the subgrade freezes, desiccates, saturates, or is disturbed, the affected material should be removed, or the materials should be scarified, moisture conditioned, and recompacted, prior to floor slab construction. Based upon the subsurface conditions determined from the geotechnical exploration, unstable subgrade soils may be encountered during construction. The stability of the subgrade may also be affected by precipitation, repetitive construction traffic, closeness to the groundwater seepage, or other factors. If unstable conditions develop, workability may be improved by scarifying and Responsive . Resourceful . Reliable 10 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport drying. Lightweight excavation equipment may be required to reduce subgrade pumping. The use of remotely operated equipment, such as a backhoe, would be beneficial to perform cuts and reduce subgrade disturbance. The groundwater table could affect over-excavation efforts, especially for over-excavation and replacement of lower strength soils. A temporary dewatering system consisting of sumps with pumps could be necessary to achieve the recommended depth of over-excavation. As a minimum, excavations should be performed in accordance with OSHA 29 CFR, Part 1926, Subpart P, "Excavations" and its appendices, and in accordance with any applicable local, and/or state regulations. Construction site safety is the sole responsibility of the contractor who controls the means, methods, and sequencing of construction operations. Under no circumstances shall the information provided herein be interpreted to mean Terracon is assuming responsibility for construction site safety, or the contractor's activities; such responsibility shall neither be implied nor inferred. Construction Observation and Testing The earthwork efforts should be monitored under the direction of a representative of the Geotechnical Engineer. Monitoring should include documentation of adequate removal of vegetation, proof rolling and mitigation of areas delineated by the proof roll to require mitigation. Each lift of compacted fill should be tested, evaluated, and reworked as necessary until approved by the Geotechnical Engineer's representative prior to placement of additional lifts. Each lift of fill should be tested for density and water content at a frequency of at least one test for every 2,500 sf of compacted fill in the building areas and 5,000 sf in pavement areas. One density and water content test for every 100 If of compacted utility trench backfill. In areas of foundation excavations, the bearing subgrade should be evaluated under the direction of the Geotechnical Engineer's representative. In the event that unanticipated conditions are encountered, the Geotechnical Engineer should prescribe mitigation options. For moisture conditioned soils, the Proctor tests should be mellowed for at least 48 hours before compaction of the material to establish the optimum moisture content requirements for control of the fill placement moisture contents and unit density during construction. Swell tests should be performed on the remolded Proctor samples to verify required soil water contents to limit swell potential to one percent under overburdened pressure. In addition to the documentation of the essential parameters necessary for construction, the continuation of the Geotechnical Engineer's representative into the construction phase of the project provides the continuity to maintain the Geotechnical Engineer's representative evaluation of subsurface conditions, including assessing variations and associated design changes. Responsive . Resourceful . Reliable 11 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 DEEP FOUNDATIONS Drilled Shaft Design Parameters 1 �erracon GeoReport Soil design parameters are provided in the following table for the design of drilled shaft foundations. The values presented for allowable side friction and end bearing include a factor of safety. Design Parameter Bearing stratum Allowable end bearing Allowable skin friction — compression Allowable skin friction — tension Minimum penetration to develop end bearing Penetration to develop skin friction Design shaft penetration depth Minimum center to center spacing to develop full skin friction Recommendations Gray limestone with shale seams (Geomodel layer 3) 40,000 psf 6,500 psf 5,200 psf 2 feet or 1 shaft diameter, whichever is greater Below the surface of the limestone or below any temporary casing set in the limestone, whichever is deeper. The embedment depth into gray limestone can be based on the allowable end bearing and skin friction provide in this table. The shafts must have sufficient embedment to resist axial and lateral loads. 2.5 times the diameter of the larger shaft. Closer spacing may require some reductions in skin friction and/or changes in installation sequences. Closely spaced shafts should be examined by Terracon on a case by case basis. As a general guide, the design skin friction will vary linearly from the full value at a spacing of 2.5 diameters to 50 percent of the design value at 1.0 diameter. Should be evaluated on a case by case basis by Groups of 3 or more shafts placed closer Terracon. Alternative installation sequences may be than 2.5 shaft diameters needed to allow for a minimum of 48 hours concrete curing time, before installation of adjacent shafts. Minimum shaft diameter Settlement 18 inches Less than'/z inch for column loads of 200 kips or less Drilled Shaft Lateral Loading The following table lists input values for use in LPILE analyses. LPILE will estimate values of kn and E5o based on strength; however, non-default values of kn should be used where provided. Responsive . Resourceful . Reliable 12 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport Since deflection or a service limit criterion will most likely control lateral capacity design, no safety/resistance factor is included with the parameters. Soil Type Moisture Conditioned Clay Soils LPILE Material Soft Clay Type Effective Soil Unit Weight (pcf) Undrained cohesion, c (psf) Young's Modulus, Er (psi) ' Uniaxial Compressive ' Strength (psi) Rock Quality Designation, RQD (%) Krm � 120 500 N/A N/A N/A Undisturbed Clay Soils Stiff clay w/o free water 125 1, 500 N/A N/A N/A Tan Limestone Weak Rock (Reese) 135 N/A 17,000 170 85 N/A � N/A � 0.0005 Gray Limestone Weak Rock (Reese) 135 N/A 34,000 340 85 0.0005 _ Uplift The drilled shafts will be subject to uplift as a result of heave in the overlying clay soils. The magnitude of these loads varies with the shaft diameter, soil parameters, and particularly the in- situ moisture levels at the time of construction. The shafts must contain sufficient continuous vertical reinforcing and embedment depth into the shale stratum to resist the net tensile load. For the conditions encountered at this site, the uplift load can be approximated by assuming a uniform uplift of 1,500 psf over the shaft perimeter for a depth of 10 feet. If the subgrade is moisture conditioned as discussed in section , a uniform uplift of 500 psf can be used in the moisture conditioned zone. Drilled Shaft Construction Considerations The construction of all drilled shafts should be observed by experienced geotechnical personnel during construction to confirm: 1) the bearing stratum; 2) the minimum bearing depth; 3) that groundwater seepage, if encountered, is correctly handled; and 4) that the shafts are within acceptable vertical tolerance. Recommendations for drilled shaft construction are presented in the following table. Responsive ■ Resourceful ■ Reliable 13 Geotechnical Engineering Report l�erracon Carter Park East - Option 8 Fort Worth, Texas �-- October 28, 2020 Terracon Project No. 95205117 GeoReport Item Recommendation Drilled shaft installation Current version of American Concrete Institute's "Standard Specification for specification the Construction of Drilled Piers" ACI 336. Top of shaft completion Time to complete Installation methods Groundwater control Special Conditions Enlarged (mushroom-shaped) top in contact with the clays should not be allowed. Drilled shaft construction should be completed within 8 hours in a continuous manner to reduce side wall and base deterioration. Shaft excavations should be installed using dry methods. The concrete should be placed in a manner to avoid striking the reinforcing steel during placement. Care should be taken to not disturb the sides and bottom of the excavation during construction. The bottom of the shaft excavation should be free of loose material before concrete placement. Concrete should be placed as soon as possible after the foundation excavation is completed, to reduce potential disturbance of the bearing surface. Seepage was not observed in the borings. However, groundwater could be encountered during wet periods of the year. If ground water is encountered, rapid placement of steel and concrete may permit shaft installation to proceed; however, seepage rates could be sufficient to require the use of temporary casing. The casing should be seated in the limestone with all water and most of the loose material removed prior to beginning the design penetration. While withdrawing casing, care should be exercised to maintain concrete inside the casing at a sufficient level to resist earth and hydrostatic pressures acting on the casing exterior. The limestone is hard and may be difficult to penetrate. A contractor experienced with drilling in hard rock should be retained for this project. The drilled shaft installation process should be performed under the direction of the Geotechnical Engineer. The Geotechnical Engineer should document the shaft installation process including soil/rock and groundwater conditions encountered, consistency with expected conditions, and details of the installed shaft. Grade Beams/Pier Caps In conjunction with drilled shafts, all grade beams or wall panels should be supported by the drilled shafts. A minimum void space of 10 inches is recommended between the bottom of grade beams, pier cap extensions or wall panels and the subgrade. The void can be decreased to 4 inches in areas where moisture conditioning has been performed. This void will serve to minimize distress resulting from swell pressures generated by the clay soils. Structural cardboard forms are one acceptable means of providing this void beneath cast-in-place elements. Soil retainers should be used to prevent infilling of the void. Responsive . Resourceful . Reliable 14 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport The grade beams should be formed rather than cast against earth trenches. Backfill against the exterior face of grade beams, wall panels and pier caps should be using on site clay soils placed and compacted as described in section ts. FLOOR SLABS/FLATWORK ON MODIFIED SUBGRADE Lightly loaded floor slabs and flatwork placed on-grade will be subject to movement as a result of moisture induced volume changes in the active soils that can occur following construction. The soils expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement typically occurs as post construction heave. The potential magnitude of the moisture induced movements is rather indeterminate. It is influenced by the soil properties, overburden pressures, and to a great extent by soil moisture levels at the time of construction. Based on the soil types encountered in the borings, movements in slabs placed on grade are estimated to be on the order of 4 to 5 inches for dry soil moisture conditions that can exist prior to construction. Differential movements could be greater than 5 inches if one edge of the slab is lifted due to soil swell and an opposite edge is subject to shrinkage due to moisture loss. In addition, differential movements on the order of one inch could occur between sections of the floor where the tan limestone varies in depth. Note that movements of '/z inch can result in uneven floors, sticking doors, and cracking of floor slabs and wall partitions. If the risk of these movements is unacceptable, Terracon should be contacted for recommendations for a structural floor slab. Slab on grade construction should only be considered if slab movements on the order of one inch are considered acceptable. Reductions in anticipated movements can be achieved by using methods developed in this area to reduce on-grade slab movements. A suitable method for this site consists of moisture conditioning the on-site clays and capping them with select fill or flexible or a 6-inch layer of lime treated material base material. Moisture conditioning can be accomplished using excavation and replacement as described in this section. We recommend minimum depth of moisture conditioned soil should be at least 10 feet or to top of the tan limestone and capped with 1-foot layer of select fill or flexible base or 6 inches of lime treated soil. In areas where moisture conditioning does not extend to the top of tan limestone, it should be noted that if a lime cap is utilized, the cap is in addition to the 10 feet of moisture conditioned soil for a total treated zone of 10.5 feet. The moisture conditioned soils should extend at least 5 feet beyond the building perimeter and include entrances, abutting sidewalks and other flatwork areas sensitive to movement. The excavated soils, except for deleterious materials or rock greater than 4 inches, can then be placed in accordance with section for moisture conditioned clays. The select fill or flexible base material or lime treated soils must be placed above the moisture conditioned soils in a reasonable period of time (i.e. within 48 hours) following completion of the Responsive ■ Resourceful ■ Reliable 15 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport moisture conditioning process to prevent the loss of soil moisture. If the surface of the moisture conditioned soils is allowed to desiccate prior to placement of the cap, the desiccated soils should be reworked and placed in a moisture conditioned state. The use of a vapor retarder should be considered beneath concrete slabs on grade that will be covered with wood, tile, or carpet with a water-soluble adhesive. A vapor retarder should be used for other moisture sensitive coverings, impervious coverings, or when the slab will support equipment sensitive to moisture. When conditions warrant the use of a vapor retarder, the slab designer and slab contractor should refer to ACI 302 and/or ACI 380 for procedures and cautions regarding the use and placement of a vapor retarder. Buildinq 1 If movements on the order of 1 inch are acceptable, based on a finished floor elevation of 677 feet, the soils should be excavated to EI. 666.5 feet or to the top of tan limestone. The excavated soils should then be mechanically mixed with water until required soil moisture contents are obtained. The excavated soils, except for deleterious materials or rock greater than 4 inches, can then be replaced in accordance with section for moisture conditioned clays. The lower lifts of moisture conditioned soils should not be disturbed once approved. Any additional fill required to raise grades should be placed as moisture conditioned soil. A minimum 1-foot layer of select fill or flexible base (section able Fil Ma I ) or a 6- inch layer of lime treated clays should then be placed to above the moisture conditioned soils to establish finish pad elevation. In areas where moisture conditioning does not extend to the top of tan limestone, it should be noted that if a lime cap is utilized, the cap is in addition to the 10 feet of moisture conditioned soil for a total treated zone of 10.5 feet. The select fill, flexible base or lime treated material must be placed above the moisture conditioned soils in a short period of time (i.e. within 48 hours) following completion of the moisture conditioning process to prevent the loss of soil moisture. If the surface of the moisture conditioned soils is allowed to desiccate prior to placement of the cap, the desiccated soils should be reworked and placed in a moisture conditioned state. Based on the provided site grading information, tan limestone may be exposed at the floor slab subgrade surface in the southwestern portion of the building . If tan limestone exposed under the building slab, it should be under cut at least 4 inches to allow placement of select fill or flexible base material. The select fill or flexible base is recommended as a bond breaker between the concrete and the rock. Without the bond breaker, unacceptable cracking of the concrete slab can occur because of the rock surface constraining movement of the slab as the concrete hydrates. Buildinq 2 If movements on the order of 1 inch are acceptable, based on a finished floor elevation of 671.5 feet, the soils should be excavated to EI. 660 feet or to the top of tan limestone. The excavated Responsive . Resourceful ■ Reliable 16 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport soils should then be mechanically mixed with water until required soil moisture contents are obtained. The excavated soils, except for deleterious materials or rock greater than 4 inches, can then be replaced in accordance with section for moisture conditioned clays. The lower lifts of moisture conditioned soils should not be disturbed once approved. Any additional fill required to raise grades should be placed as moisture conditioned soil. A minimum 1-foot layer of select fill or flexible base (section ) or a 6- inch layer of lime treated clays should then be placed to above the moisture conditioned soils to establish finish pad elevation. In areas where moisture conditioning does not extend to the top of tan limestone, it should be noted that if a lime cap is utilized, the cap is in addition to the 10 feet of moisture conditioned soil for a total treated zone of 10.5 feet. The select fill, flexible base or lime treated material must be placed above the moisture conditioned soils in a short period of time (i.e. within 48 hours) following completion of the moisture conditioning process to prevent the loss of soil moisture. If the surface of the moisture conditioned soils is allowed to desiccate prior to placement of the cap, the desiccated soils should be reworked and placed in a moisture conditioned state. Floor Slab Design Parameters Item Floor Slab Support Estimated Modulus of Subgrade Reaction Description Prepared with moisture conditioned soils and a one-foot cap of select fill or flexible base or 8-inch cap of lime treated soil as discussed above in section 100 pounds per square inch per inch (psi/in) for point loads Floor slabs should be structurally independent of building footings or walls to reduce the possibility of floor slab cracking caused by differential movements between the slab and foundation. Modulus of subgrade reaction is an estimated value based upon our experience with the subgrade condition, the requirements noted in , and the floor slab support as noted in this table. It is provided for point loads. For large area loads the modulus of subgrade reaction would be lower. Saw-cut control joints should be placed in the slab to help control the location and extent of cracking. For additional recommendations refer to the ACI Design Manual. Joints or cracks should be sealed with a water-proof, non-extruding compressible compound specifically recommended for heavy duty concrete pavement and wet environments. Where floor slabs are tied to perimeter walls or turn-down slabs to meet structural or other construction objectives, our experience indicates differential movement between the walls and slabs will likely be observed in adjacent slab expansion joints or floor slab cracks beyond the Responsive ■ Resourceful ■ Reliable 17 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport length of the structural dowels. The Structural Engineer should account for potential differential settlement through use of sufficient control joints, appropriate reinforcing or other means. Floor Slab Construction Considerations Finished subgrade, within and for at least 10 feet beyond the floor slab, should be protected from traffic, rutting, or other disturbance and maintained in a relatively moist condition until floor slabs are constructed. If the subgrade should become damaged or desiccated prior to construction of floor slabs, the affected material should be removed and structural fill should be added to replace the resulting excavation. Final conditioning of the finished subgrade should be performed immediately prior to placement of the floor slab support course. The Geotechnical Engineer should approve the condition of the floor slab subgrades immediately prior to placement of the floor slab support course, reinforcing steel, and concrete. Attention should be paid to high traffic areas that were rutted and disturbed earlier, and to areas where backfilled trenches are located. SEISMIC CONSIDERATIONS The seismic design requirements for buildings and other structures are based on Seismic Design Category. Site Classification is required to determine the Seismic Design Category for a structure. The Site Classification is based on the upper 100 feet of the site profile defined by a weighted average value of either shear wave velocity, standard penetration resistance, or undrained shear strength in accordance with Section 20.4 of ASCE 7 and the International Building Code (IBC). Based on the soil/bedrock properties encountered at the site and as described on the exploration logs and results, it is our professional opinion that the Seismic Site Classification is C. Subsurface explorations at this site were extended to a maximum depth of 30 feet. The site properties below the boring depth to 100 feet were estimated based on our experience and knowledge of geologic conditions of the general area. Additional deeper borings or geophysical testing may be performed to confirm the conditions below the current boring depth. PAVEMENTS Pavement Subgrades Subgrade materials at this site will most likely consist of clay soils. The clay soils are subject to loss in support value with the moisture increases which occur beneath pavement sections. They react with hydrated lime to improve and maintain their support value. Lime treatment is recommended beneath flexible (asphalt) pavement sections. On-site, rigid (concrete) pavements, may be placed on an unmodified or a lime treated, properly compacted subgrade. The pavement subgrades should be proof rolled as discussed in section Responsive ■ Resourceful ■ Reliable 18 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport Based on laboratory tests, 9 percent hydrated lime (TxDOT Item 280), by dry weight, can be used for treating the subgrade beneath pavements. The lime application rate should be verified by laboratory testing once the pavement subgrade is rough graded. The lime should be thoroughly mixed and blended with the top 6 inches of the subgrade for on-site pavement. Lime treatment should extend a minimum of one foot beyond the edge of the pavement. The soils in this region may contain high level of sulfates. Sulfates can react with lime to form ettringite crystals that can lead to heave of pavements and premature pavement failure. Sulfate tests performed at the time of our investigation indicated sulfate of <100 ppm. If lime treatment of the pavement subgrade is performed, the surface soils should be tested for sulfates after rough grading is complete. When the sulfate concentrations are less than 3,000 ppm, the subgrade soils are considered to be suitable for lime treatment in the conventional manner using a single lime application. When sulfate concentrations are higher than about 3,000 ppm, there is risk of lime/sulfate induced heave occurring. The modified or natural subgrade should be uniformly compacted to the criteria described in section ctior r emen It should then be protected and maintained in a moist condition until the pavement is placed. Pavement subgrades should be graded to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement subgrade surface. Site grading is generally accomplished early in the construction phase. However, as construction proceeds, the subgrade may be disturbed due to utility excavations, construction traffic, desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement construction and corrective action will be required. The subgrade should be carefully evaluated at the time of pavement construction for signs of disturbance or excessive rutting. If disturbance has occurred, pavement subgrade areas should be reworked, moisture conditioned, and properly compacted to the recommendations in this report immediately prior to paving. Support characteristics of subgrade for pavement design do not account for shrink/swell movements of an expansive clay subgrade, such as soils encountered on this project. Thus, the pavement may be adequate from a structural standpoint, yet still experience cracking and deformation due to shrink/swell related movement of the subgrade. Pavement Design Parameters Design of Asphaltic Concrete (HMAC) pavements are based on the procedures outlined in the 1993 Guideline for Design of Pavement Structures by the American Association of State Highway and Transportation Officials (AASHTO-1993). Design of Portland Cement Concrete (PCC) pavements are based upon American Concrete Institute (ACI) 330R-01; Guide for Design and Construction of Concrete Parking Lots. Responsive . Resourceful . Reliable 19 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport Traffic patterns and anticipated loading conditions were not available; however, typical pavement sections with subgrade modification alternatives for 20-year design life are provided. These represent a total of 45,000 18-Kip Equivalent Single Axle Loads (ESALs) for Light Duty pavement and 100,000 18-Kip ESALs for the Medium Duty pavement. Light Duty and Medium Duty pavements should be limited to the automobile parking areas and should be separated from the truck court areas. Heavy Duty pavements are also provided for the truck court areas for compacted subgrades, with or without lime treatment, If the pavements are subject to heavier loading and higher traffic counts than the assumed values, this office should be notified and provided with the information so that we may review these pavement sections and make revisions if necessary. Pavernent Section Thickness Both asphalt and concrete pavement sections are presented in the following tables for on-site pavements. They are not considered equal. Over the life of the pavement, concrete sections would be expected to require less maintenance. Pavement Thickness, Inches Pavement Section Light Duty Medium Duty Dumpster 45,00018-kip 100,00018-kip Area ESALs ESALs Portland Cement Concrete Full Depth Asphaltic Concrete Concrete Compacted Subgrade Total Pavement Section Asphaltic Concrete TxDOT Item 340 Type D Asphaltic Concrete TxDOT Item 340 Type A or B Lime Modified Subgrade �_ i Total Pavement Section 5 6 11 2 3 6 6 12 2 4 7 6 13 i I 6 I 6 I - 11 12 - *All materials should meet the TxDOT Standard Specifications for Highway Construction. Responsive ■ Resourceful ■ Reliable 20 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport TRUCK COURT AREAS (Heavy Duty) Allowable Daily Tractor Trailer Repetitions Portland Cement Concrete Pavement Thickness Untreated, compacted Lime treated, compacted subgrade subgrade 7 35 55 0 0 :� 165 110 220 Dumpster and Light Duty and Medium Duty pavements are based on a minimum 28-day concrete compressive strength of 3,500 psi. Truck Court Areas area concrete should have a minimum 28- day concrete compressive strength of 4,000 psi. All pavements should contain a minimum of 4.5 ± 1.5 percent entrained air. As a minimum, areas subject to truck traffic should be reinforced with No. 3 bars on 18-inch centers in both directions. Refer to ACI 330 "Guide for Design and Construction of Concrete Parking Lots" for additional information concerning joint spacing, joint depth, joint location, etc.. Pavements will be subject to differential movement due to heave in the site soils. We estimate the potential vertical heave to be as much as 5 inches for this site. Terracon should be contacted for additional recommendations should it be desired to reduce the potential vertical heave in pavement areas. Flat grades should be avoided with positive drainage provided away from the pavement edges. Backfilling of curbs should be accomplished as soon as practical to prevent ponding of water. Openings in pavement, such as landscape islands, are sources for water infiltration into surrounding pavements. Water collects in the islands and migrates into the surrounding subgrade soils thereby degrading support of the pavement. This is especially applicable for islands with raised concrete curbs, irrigated foliage, and low permeability near-surface soils. The civil design for the pavements with these conditions should include features to restrict or to collect and discharge excess water from the islands. Examples of features are edge drains connected to the storm water collection system or other suitable outlet and impermeable barriers preventing lateral migration of water such as a cutoff wall installed to a depth below the pavement structure. Pavement Maintenance The pavement sections represent minimum recommended thicknesses and, as such, periodic maintenance should be anticipated. Therefore, preventive maintenance should be planned and Responsive . Resourceful r Reliable 21 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport provided for through an on-going pavement management program. Maintenance activities are intended to slow the rate of pavement deterioration and to preserve the pavement investment. Maintenance consists of both localized maintenance (e.g., crack and joint sealing and patching) and global maintenance (e.g., surface sealing). Preventive maintenance is usually the priority when implementing a pavement maintenance program. Additional engineering observation is recommended to determine the type and extent of a cost-effective program. Even with periodic maintenance, some movements and related cracking may still occur and repairs may be required. Pavement performance is affected by its surroundings. In addition to providing preventive maintenance, the civil engineer should consider the following recommendations in the design and layout of pavements: Final grade adjacent to paved areas should slope down from the edges at a minimum 2%. _ Subgrade and pavement surfaces should have a minimum 2% slope to promote proper surface drainage. . Install below pavement drainage systems surrounding areas anticipated for frequent wetting. ■ Install joint sealant and seal cracks immediately. . Seal all landscaped areas in or adjacent to pavements to reduce moisture migration to subgrade soils. ■ Place compacted, low permeability backfill against the exterior side of curb and gutter. Place curb, gutter and/or sidewalk directly on clay subgrade soils rather than on unbound granular base course materials. GENERAL COMMENTS Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Natural variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on-site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our Scope of Services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Responsive ■ Resourceful ■ Reliable 22 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport Our services and any correspondence or collaboration through this system are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third-party beneficiaries intended. Any third-party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client, and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly impact excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety, and cost estimating including, excavation support, and dewatering requirements/design are the responsibility of others. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. Responsive . Resourceful ■ Reliable 23 FIGURES Contents: GeoModel (4 pages) Lime Series Proctor — Natural CBR — Natural Note: All attachments are one page unless noted above. Responsive ■ Resourceful ■ Reliable Carter Park East - Option 8 Fort Worth, Texas Terracon Project No. 95205117 685 B3 64 680. $Z..... B9 ...................... B1 � B5 611 s 1 Bs B$ e�o 675 . ��..... 1 s. 1 ��rracon GeoReport � s 1 1 1 B�z 2 s, � 8 s � B13 614 w 67� ....... . . g.. ,2 .. .... ... .....8. ... . . ... . ... ... .. ...... w 2 1 8 .'; ,s '4 1 � ss5.......2...... 17 2..... �.0 2......2 .... � 1 � p n 3 2 2 v �s 2 io �o F 660 ....... � ia 2 �z zs 2 W s55....... 3 2z 19. 2.,. 3 z, ... 25 .......... ... . .. ....... 3 ,9 2 3 25 s5o ....... 30 3 3 3...... �o 3 30 23 30 30 30 3 30 30 645 ........................................................................ 30........................................... 3 .. . 30 30 640 30 This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. � Model Layer Layer Name Generel Description 1 Clay Fat and lean clay with limestone fragments 2 Weathered Bedrock Tan limestone with clay seams and layers 3 Bedrock Gray limestone with shale seams LEGEND � Fat Clay � Limestone � Lean Clay �H I ghly W eathered Limestone NOTES: Layering shown on this figure has been developed by the geotechnical � engineer for purposes of modeling the subsurtace conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surtace. Carter Park East - Option 8 Fort Worth, Texas 1 ��rracon Terracon Project No. 95205117 GeoReport 680 625 627 B24 626 675 .........B15 ............................................................. 621..................623..... � � 1 1 6 ezo ezz 5 s 1 s 846....... 819.... 2 s�o ....... 1 . . 8.��.......B1.8...... 1 . � . ... �. $ 2 14..... ss5 ....... 1 1 � 2...... °' �o � �o a 2 w v 8 '� 8 2 ^ � 660 ....... 2 io �� 2 2... ... i? 3.. -- zo Z v2 n2 zo 0 � 655 ....... 2 �.3 2...... 2 2�. 25.... W16 „ 2 ,a z' 3 g 3 W s5o . ��. 3 . .... zo 3 20 3 so so 3 3 3o so 645 ....... 30 2s 3...... 3....... 30 3 so 30 640 ............................ .....30 .............................................................................................. 30 30 635 This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. � Model Layer Layer Name Generel Description 1 Clay Fat and lean clay with limestone fragments 2 Weathered Bedrock Tan limestone with clay seams and layers 3 Bedrock Gray limestone with shale seams LEGEND � Fat Clay � Limestone � Lean Clay �H I ghly W eathered Limestone NOTES: Layering shown on this figure has been developed by the geotechnical � engineer for purposes of modeling the subsurtace conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surtace. Carter Park East - Option 8 Fort Worth, Texas 1 ��rracon Terracon Project No. 95205117 GeoReport 670 C1 � C5 C8 C9 665 ....... C�...........C3........ C7........ C10..........C11......... 1 cs 1 sso ....... � 1 5.... 6..... 1.. ...... 1 � 1 1 1 . . ....... 1 8 d �0 2 v 655....... 2... 1.0... 1.0... 10....2 ... ...... 11.... �q.... ; 2 �a �� 2 � -- 2 2 ... ....... Z 650 ....... 2 2 �� O ia �a 2 ia 17 a �s g ,a 18 . ....... .�.8... ...... . ...... ....... W 5 ....... .......... ... ...... J W 3 sao ....... 3 ... ...... 3 3 ... ...... 3 .. . . .................. �5 ......... ........ ... ...... ... ...... ...... 3 . . ...... g 3 .. 30 30 30 635 ..................... 30 ... 39.... 30... 30... �.... 30 30 630 This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. � Model Layer Layer Name Generel Description 1 Clay Fat and lean clay with limestone fragments 2 Weathered Bedrock Tan limestone with clay seams and layers 3 Bedrock Gray limestone with shale seams LEGEND � Fat Clay � Lean Clay �Highly W eathered Limestone � Limestone NOTES: Layering shown on this figure has been developed by the geotechnical � engineer for purposes of modeling the subsurtace conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surtace. Carter Park East - Option 8 Fort Worth, Texas Terracon Project No. 95205117 P1 685 ....... P2 P3 680 ....... 1 1 d ,o � � 675 ........................ 8........ � 2 �o �o � � Z 670 O F ¢ > � 665 W 655 1 ��rracon GeoReport P9 P8............ 1 1 a P4..................................................P� ........... 2 �o P6............ �o ...................... � P5 1 10 10 1 � �o �o This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. � Model Layer Layer Name Generel Description 1 Clay Fat and lean clay with limestone fragments 2 Weathered Bedrock Tan limestone with clay seams and layers 3 Bedrock Gray limestone with shale seams LEGEND � Fat Clay �Highly W eathered Limestone � Lean Clay NOTES: Layering shown on this figure has been developed by the geotechnical � engineer for purposes of modeling the subsurtace conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surtace. LIME SERIES � { s�7 - JV J'lV � 'JV i a ��•70 '1�,0 3 :0 i, � 0 7 "0 r. 2 - G .. 1�] '2 Lim� �anteret (°.�o-j 9arnple: 9..Ik {q2, Rd & P7� �ail �esoripkian: aark Gray Fai Clay LI�U�Id fiIRI1C �� °}a P:a�;ic Limit: 25 '+� Pla�;icit}� Index: �B PaSsing Na. 2,?0: BB.� ,•a Optimum Lirne A�plieation Rat�: 9�`. . � t'r��14' 1 f . .. . 1 ��rr�co� -r.� + .. �� L'� .. ��'{IW}Jlll:f:v::}:� �.�..0 �,��,W:�,x •f Lime �anterrt {#6j , p�l 0.� � 6.�9 _ '�..1 I 1f.�if 6.�7 12.23 8_7 12.32 1�.0 12.z2 LIME SERIES TEST Car:er Pa�K - Op-ian 8 Fort kh'arth, Tk E�CI-R! B IT Responsive ■ Resourceful ■ Reliable no�r►T�1R - AI nT� �Q�� 95 B4 93 92 � � � 91 a � � L? �0 W � � B9 � � � � 68 O B7 BB B5 19 2'� 21 22 �3 24 tL 26 27 28 2£r 30 3' 3^_ 33 M�ISTURE COhITEf�T (°16� • K4}L CRYuwR WEJ6NTl4P17AIUr1 Mi01STURE C4MT�4T .. OdTA P{YiN7S .� � ��ER0�ll2 V41DS 1 � � \ \ l \ l \ � \ � � \ � \ 3AMPLE iDCAT10#�= Bulk {P2, Pa 8 P71 SrIMPLE aESCRIPTIO�: �ark GrayFatGlay ST,4NdARd PR�C�OR'RESLJETS LABBRATORYPROPER�IES p�timw^3 hiaist�re Cor.tent: 26.� `�� Liquid L�m�t: 73 9� Plssti� Limt: 26 96 P ss�city Index: 48 h+l�ximum ary densi�•: �0.5 �iaF Pass ng No. 240: SB_4 96 Test ?�1eC�od: ASTM D-698. Me�hod A �ro a ir �s oids far specif � ara�riry of 2. 55 '„"`. : �-:.,� ••''` --- STANDI4RD PROCTOR I�ESLfLTS .:::, x_ �� ir������� E}(H]B� v' 'i KLc Y `.r .. ..�":IG��y:aHx�['i7°�xn:'��:. .t�,. t_..,,�,:-,,:., Cart�r P�rk East Ootic� d ��x:..:�:, .::.;. ��� . . . . . ., ... Responsive ■ Resourceful ■ Reliable rQR_ �� eTi iQpi r_ � a �7 [r� W � F-' � i4: 7� �BR RESULTS TEST �N FORMATIOF� BQRIN G: �,:.s [�. P5 8 P7� �EP'FH: � ft SAkIPLE aESCRIPTION= aark Gray Fat Clay TRIP�L= �ampasiGe Cun�e SurGharg� L�ad= '. � Ih� 1 ARORATORY PR�PER�IES Liquid Limit 73 9+� PIaS;ic Limit• � 9G Plastici�r In�ex= �S 96 Ma6eria] Pas�ra�} �200= �8.� 9� Sarn ple malded at B �.t pcf fdry dersityi Sarnp4e malded at B3.7 pcf tdry density�:i Sarnp4e malded at B3.3 pcf fdry de�sityi Esiima6ed C�R far 95 4�f s�ndard prootcr dry densrf 4.4 1.7 �_$ 2� . ; . .u.•.� � ������ ��R TEST R�ESULTS ���aY„' E�Hi�hT C�FlIPOSITE RESkILTS .c c� ' - �.rc�4 i*J n.• „ : � � . ` � �.,. �_-, .• ,• . . . Carter P�rk East - �pticn B � -� � � -� Fcr.'�','a7h T� Responsive ■ Resourceful ■ Reliable C� �I I i i i i � I I ; J.0�0 G C�C� � 1 G� 0 1`_J t• =•JC� � 2i� �] 3C•J OsSG l` aOC� �J =S] 0.5�0 PENETR�4TION [in� ATTACH M E NTS Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 EXPLORATION AND TESTING PROCEDURES Field Exploration Number of Borings Boring Depth 39 9 25 to 30 feet 10 feet �_ �_ �_ 1 �erracon GeoReport Location Building areas Parking and drive lanes Boring Layout and Elevations: Unless otherwise noted, Terracon personnel provided the boring layout. Coordinates were obtained with a handheld GPS unit (estimated horizontal accuracy of about ±10 feet) and approximate elevations for GeoModel were obtained by interpolation from the topographic map provided by Kimley Horn. Subsurface Exploration Procedures: We advance the borings with a truck-mounted, rotary drill rig using continuous flight augers (solid stem and/or hollow stem as necessary depending on soil conditions). Five samples are obtained in the upper 10 feet of each boring and at intervals of 5 feet thereafter. In the thin-walled tube sampling procedure, a thin-walled tube is pushed hydraulically into the soil to obtain a relatively undisturbed sample. The load-carrying capacity of bedrock is evaluated in place by the Texas Department of Transportation (TxDOT) cone penetration test. The samples were placed in appropriate container, taken to our laboratory for testing, and classified under the direction of a geotechnical engineer. In addition, we observe and record groundwater levels during drilling and sampling. For safety purposes, all borings are backfilled with auger cuttings after their completion. Our exploration team prepares field boring logs as part of the standard drilling operations. These field logs include visual classifications of the materials encountered during drilling and our interpretation of the subsurface conditions between samples. Final boring logs are prepared from the field logs. The final boring logs represent the geotechnical engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory. Laboratory Testing The project engineer reviewed the field data and assigned laboratory tests to understand the engineering properties of the various soil and rock strata, as necessary, for this project. Procedural standards noted are for reference to methodology in general. In some cases, variations to methods were applied because of local practice or professional judgment. Standards noted include reference to other, related standards. Such references are not necessarily applicable to describe the specific test performed. . Water (Moisture) Content of Soil Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 1 of 3 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 . Liquid Limit, Plastic Limit, and Plasticity Index of Soils ■ Unconfined Compressive Strength of Cohesive Soils ■ Material Finer than 75-�m (No. 200) Sieve . Absorption Swell Tests � Soluble Sulfates 1 �erracon GeoReport Absorption swell tests are performed on selected samples. These tests are used to quantitatively evaluate volume change potential at in-situ moisture levels. Selected samples are also tested for soluble sulfates. The results of these tests are presented in the following tables. SWELL TEST RESULTS Boring No. B-1 B-3 B-5 B-7 B-9 B-11 B-13 B-13 8-14 B-14 B-16 B-16 B-17 B-17 B-21 B-21 C-1 C-1 G2 G2 C-6 C-6 C-8 C-8 C-10 C-10 Depth (feet) 2-4 2-4 4-6 6-8 2-4 2-4 2-4 2-4 6-8 6-8 4-6 4-6 4-6 4-6 2-4 2-4 2-4 2-4 2-4 2-4 2-4 2-4 2-4 2-4 2-4 2-4 Liquid Limit (%) 80 76 49 51 65 76 54 54 29 29 49 49 61 61 73 73 74 74 54 54 65 65 77 77 49 49 Plasticity Index �%� 53 49 30 31 43 49 35 35 13 13 32 32 39 39 46 46 49 49 35 35 43 43 51 51 31 31 Initial Moisture �%� 23.0 28.1 18.8 25.2 21.7 24.4 15.1 15.9 15.2 15.2 18.8 19.3 23.6 21.1 23.2 22.6 19.9 19.5 15.4 14.9 18.0 16.2 22.8 22.4 19.3 22.5 Final Moisture � %� 28.8 31.5 20.7 27.0 24.6 30.8 22.4 21.6 16.9 17.3 21.6 21.8 25.7 22.4 30.8 29.2 24.5 25.2 19.3 19.0 23.8 22.4 29.3 28.1 22.2 24.5 Surcharge (psf) 375 375 625 875 375 375 375 875 875 1,625 625 1,750 625 1,750 375 875 375 1, 065 375 1, 325 325 1,425 375 1, 065 375 1, 325 Swell ( %� 6.4 2.4 0.5 0.3 2.0 6.8 6.5 4.7 0.0 0.0 0.3 0.0 1.1 0.1 3.5 2.5 1.3 0.7 1.6 0.0 6.5 2.8 7.3 7.6 0.7 0.1 Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 2 of 3 Geotechnical Engineering Report Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 SUMMARY OF SOLUBLE SULFATES TESTS Boring No P-2 P-4 P-6 P-7 P-9 Depth (ft) 0-2 2-4 0-2 2-4 0-2 1 �erracon GeoReport Soluble Sulfates (ppm) <100 <100 <100 <100 <100 Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 3 of 3 SITE LOCATION AND EXPLORATION PLANS Contents: Site Location Plan Exploration Plan Note: All attachments are one page unless noted above. Responsive . Resourceful . Reliable Carter Park East - Option 8 Fort Worth, Texas October 28, 2020 Terracon Project No. 95205117 1 �erracon GeoReport - ��A'r; . " f ' 74- y� � �,�,;�.: �.�� � � {, ,� - y . _' � � �,� � _ - - ,��l��`�. #_ .� �'r r . . � � � . 1 `:�'o' µ�� � = � � i�•. _.�' � �, � ° {� r �� �'� - ��, ". ' . _.` •�� '�.L'�7 . _ —. � ' ._ �� t�. -'"`r * _�� �'���'.�°�' _ .� ' �{�ih .. .`'�-k�..�L''����A�,ij �f • � �.'#'�` ���� .�.'� , ._ ^T� �� —'. � � � � .4'.� ' � . �. L} Jz " . r�.� , . +ry�p; `�.• -' "Gr_,:F--#-. ' ki �f a � • ' J �x�, 44 'J �'� ��� } �r�. ' I }~ ,F yii' . . „ _ � . 'S� �'�iI','l.� �4'�' �. *' _ ~ ; � �j �a ��h��'- �[r *��~k.� ti�_ �� � �' a � f14� ��� � �'T 1 ��`r`_ +' F'� y r d'� •'f"� �. J ! { �� �i�17:�1�.*^ � � 4. x` k�� � ` �'� � `. . K �s.�;w�,. �. iS C='. � } a '�•� ' f , ���/f�,T ' �'�-i � ������i ._ _I, f'-L '_.--_ 'i '� � , . . � '�.'r_� ,+ � � '� � f ' � 3�'r} r _ • �� _ �a.:w�� � �l•`. . .��t _.'�'..' � � �� �. � � � � �,. �4 — - � � —}.�. -� �'� - - �.�,-=r, . � � ,� -�4.� � � �i � � _ �� � � �t ' � '��r- . � +' i . - �3 fk �_ y����"��� �i F � . � + � � .J • t�y , �' '.�� . � � � }� r � + . � . ,.i, ,-�- � -- ����� � I , ���� � ._ �T�: � _._� :�,� , -� �., ' � � _ { �—��,� � ��.. ,� - - � `� " � e , - � � ,�'�. ' �' � -- - � I �� t . I� � ' �� .,.� � . w.�. � � � . � + �'� r � ' ��`• ' 4 • ' - - - � • . � � . � • '� , i � �,� .s�'1!� _ w5. . �� � w J �5 � � ����h y^� L ���L � ' Sk} 'I��� + .. S } � � ;#��• +'� - - ��� � � � : r , . - -.� � 't� _� �t� � *, � _ � . ,� .,��' �:�+ ,4 � ��i , � N:� , , �� �. ; � � �� � �� � � F' � �� �.._. �' .� - � � '�� i $ � � � , �.� ., � � _}.. . i„- � .� ! .-�., ` ` _ { ���d �� �s� �fY � ,H . #�!� ` �r� � ' 'tF; Hi �'r•+! ' e,� . • _ y � r ,�J ,'.,�# ; t � r r- , � .. � � � ;7 �' ' Y _ '4 ' } � * � � '� � ` - � U . �' `; F � � " ' .`ti4� �� � ",�.'� . , �u. - . . _ __L,� _ --*! � ' �*�•F. � _ � I� ' '� � ti� ,'� '�'+fs�� �'�#*�r{„��r� -�L I �,` �'-�T} � � 1 ��b�'.� �� -�r+ .����'T'��#- . � — � - '�"!?•���.4�. ��'', � }� ��r — � . � J "' '�1 .I. ��� � ��dR�" r-� ��.Y•�i"!:�;y� ry � � r ., ,� - ' . . .'�__ # �+a }_i;� - � � ... `tc. �� �4`�� �i?�.�� ` •� �' - 1 _� wf�i � . - ' _ - �4�'L ' . � . � `�' �;�f�9 ,� + i. . "j_ _ - _�` �� �,�''�' N � � i �� 'r ,�_ " w� , . �,! _ ��, �. � _ {'�'}'� ��� � -,�—, �'�'�r w ,� [yt s � �� j.i1k � i � .�_'y��� �y; ,�j�,- � . I� _ — f ' � '� __ f -� _� �Yi' ''1w�3!' �lj �" "" ' � i'�i. . � r � �� � �`� �-� ��� ���� ���, : �. : �_.:. t � � �: � � �' . :�►,*^.A�� �— �� - - �,� ` .: ; :. � ,J � ��.4 . �_ _ _ . �' � � �`.+�y'�,#�`� r`J ' R - ,�'. � .. � ' �• t-'�.`� ��'c�+�� p �': ;'.d . ' ,,.. " ,Lx� ` � �' , � � ' ' . � 'S' YtrS �} -y� t . ' � ' .. — _ �' �54 .�i�. �y� rF �Jh� "�€r �� ' ��'Y �� _ . � +i�`� ���y���• �.�e;� r �� '" �.� � � � .' . � :��:: �_����;�F: ;..�v�z� � . � � DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES His4orit Terracan Project MAP PROVI�ED BY MICROSOFT BING MAPS _t._-- a- - -. - _ . - . . . � . - _ - - �� - � - �� � � Z � ..�. �---- - .� �. 1 : � �. � � ,}; � - � ti� �� � � • �- � - � - �= s 7c.�� ,'�.'� r � � _ � � a. �y " - fy� + .. � �/ _� � i�j'` ...��r � �, f + 1 .. ' � L * �� t - � f �� • � � � � ' � � r - , � � . - � . � � i � r, , � . . � _� ; .�, _ . , � � � � T . ! � � .� . . # � � � ' w � -y . 111'� � - � � f - �� �_ �. _. � . � � . � ���-� -_� " 0 -�- �� { � �- ' #..� � � � � � � � � � � �y " � � � . � ,i � j � .� + � - � �. � � I � +F� . • � 4�� � �,�� . : � � � � "i�� � � � � � � � � �� .� . �� �° � � ' � � . _ � _. . � � � ,�x! 1 � . � � ' � � � �� � � � . _. i � 8 � - . �► ��--- . � �, 4 � . � . _ . � � , - �;,� � .. � � � .� ; �� . . _ � . . . . � , , . � �� - � - =-y -, -_- ..� � � �,.. _ � _ . � -- �r , . �' - . * i . �"� y � , � f i �ti ti � __ _ """ . . �� � r -~��- .__.: ��� : � rl�.� _ . -� �' , � � , - � � +� �� ` 1 � � . �`� -� .�- � -� � ,� � ; ..,.� �: � { � ,. � � i r : L � e � 7 4' L' '. - � � i ' _ �� � � , ,`',� , ; . ���-,,.'�� �.r � --�' r � � i � 1 � � � r�. �.� ..�' . � � - � � , �'•� .:�� �a..--} ,���� � • ��'� t � � � �I�`',�.� r // ^�z i"' _'- � i � � y �"F �;. . i v. _;aF ,6� � = . — .. _� � ��� ��� �� ' 1 , � � ._ .�- �.i � � ► �;,,, �#'. T - y � o� � v o � � � m � N � � � iv m o m 0 � � -� m � � � � O � � TI O � �� � z� o? �� �, � N X 0 �� V J � 1 �°o � � n �� � EXPLORATION RESULTS Contents: Boring Logs (B-1 through B-28, C-1 through C-11, & P-1 through P-9) Note: All attachments are one page unless noted above. BORING LOG NO. B1 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6395° Longitude: -97.301 ° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 677.5 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, brown, hard 4.5+ (HP) 28.4 73-26-47 4.5+ (HP) 23.0 80-27-53 � 4.0 673.5+/- FAT CLAY (CHI, with limestone fragments, light brown and tan, very stiff 5 3.5 (HP) 17.2 6.0 671.5+/- LEAN CLAY (CLI, with limestone fragments, tan, very stiff 3.0 (HP) UC 14.9 36-15-21 8.0 669.5+/- LIMESTONE, with clay seams, tan 100/2.5" 1 �.—� LIMESTONE, with shale seams, gray ; 3 I—` 100/0.5" 15 100/1.0" 2 100/1.25" 25 � 3 100/1.25" 30.0 647.5+/- ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-16-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-16-2020 Driller: GM BORING LOG NO. 62 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6387° Longitude: -97.3011 ° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 679 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, dark brown, very stiff to hard 4.5+ (HP) 27.8 79-27-52 I � 3.0 (HP) 29.5 4.0 675+/- LEAN CLAY (CLI, with calcareous deposits, tan, hard 5 4.5+ (HP) 16.9 40-15-25 6.0 673+/- LIMESTONE, with clay seams, tan �:� LIMESTONE, with shale seams, gray ? 3 I-T 100/1.75" 1 100/1.0" 15 100/1.25" 2 saa+i- 100/1.75" Boring Terminated at 25 Feet 25 Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-16-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-16-2020 Driller: GM BORING LOG NO. B3 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6379° Longitude: -97.3011 ° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 681 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, brown, very stiff to hard 4.0 (HP) 29.9 � 4.5+ (HP) 28.1 76-27-49 5.0 LIMESTONE, with clay seams and layers, tan �'� LIMESTONE, with shale seams, gray � 3 I—` Boring Terminated at 25 Feet 5 100/4.5" 1 100/1.75" 15 100/1.0" 2 656+/- 25 � � 100/1.5" Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-16-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-16-2020 Driller: GM BORING LOG NO. B4 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6379° Longitude: -97.3001 ° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 680 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, dark brown, hard 4.5+ (HP) 22.1 68-24-44 20 678+/- LEAN CLAY (CLI, brown, hard � 4.5+ (HP) 14.4 4.0 676+/- LEAN CLAY (CLI, with limestone fragments, light brown and tan, hard 5 4.5+ (HP) 14.3 s.o s�a+i- LIMESTONE, with clay seams and layers, tan �:: LIMESTONE, with shale seams, gray ; 3 I—` 100/3.75" 1 100/1.5" 15 100/1.0" 2 100/1.5" 25 '. 30.0 65o+i- 3 100/1.25" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started:09-17-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-17-2020 Driller: GM BORING LOG NO. B5 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6387° Longitude: -97.3001 ° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 677 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown, hard 4.5+ (HP) 29.1 77-28-49 4.5+ (HP) 18.0 � 4.0 673+/- LEAN CLAY (CLI, with limestone fragments, tan; very stiff to hard 5 4.25 (HP) 18.8 49-19-30 4.5 (HP) UC 3.81 3.6 13.8 120 8.0 669+/- LIMESTONE, with clay seams, tan 100/3.25" 1 �:� 2z.o LIMESTONE, with shale seams, gray ���� 100/1.75" 15 � 100/1.5" 100/1.25" 25 '. 30.0 647+i- 3 100/1.0" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. B6 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6395° Longitude: -97.3001 ° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 676 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown, very stiff to hard 3.0 (HP) 32.6 I � 4.5+ (HP) 24.7 89-31-58 4.0 672+/- LEAN CLAY (CLI, with calcareous deposits, tan and orange, hard 5 4.5+ (HP) 10.7 s.o s�o+i- LIMESTONE, with clay seams, tan �.—� � s.o LIMESTONE, with shale seams, gray : 3 rT 100/3.5" 1 100/1.25" 15 100/1.25" 2 100/1.0" 25 '. 30.0 646+i- 3 100/1.5" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-16-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-16-2020 Driller: GM BORING LOG NO. 67 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6395° Longitude: -97.2992° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 674 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown, hard 4.5+ (HP) 29.4 77-28-49 4.o Tan limestone layer @3-4' 670+ 4.5+ (HP) 23.7 FAT CLAY (CHI, with limestone fragments, � tan, hard 5 4.5+ (HP) 16.5 4.5+ (HP) 25.2 51-20-31 8.0 666+/- FAT CLAY (CHI, with calcareous deposits, tan and orange, stiff to hard 4.5+ (HP) UC 1.47 6.4 18.9 111 �o.o ssa+i- 1 LIMESTONE, with clay seams, tan �'�T� 1 100/1.75" LIMESTONE, with shale seams, gray 2� 100/1.5" � 3 � 25� 100/1.0" ' 30.o saa+i- 3 100/0.75" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. 68 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6387° Longitude: -97.2992° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 675.5 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to brown, very stiff to hard 4.5+ (HP) 22.5 4.5+ (HP) 20.3 70-24-46 1 5 3.0 (HP) 25.0 6.0 669.5+/- LEAN CLAY (CLI, with limestone fragments, tan, very stiff 3.25 (HP) 20.3 31-17-14 8.0 667.5+/- LIMESTONE, with clay seams and layers, tan 100/4.75" 1 ��Ti 1 100/1.25" 21.0 654.5+/- 2 LIMESTONE, with shale seams, gray � 3 I—` 100/1.5" 25� 100/1.5" '. 30.0 645.5+/- 3 100/2.0" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. B9 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6379° Longitude: -97.2992° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 678 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, dark brown to brown, hard 4.5+ (HP) 23.8 4.5+ (HP) 21.7 65-22-43 1 5.o Tan limestone with clay layers @4-5' 673+� 100/2.25" LEAN CLAY (CLI, light brown and tan 5 0 LIMESTONE, with clay seams and layers, tan �.—� LIMESTONE, with shale seams, gray ; 3 I—` 4.5+ (HP) 100/3.5" 1 100/1.5" 15 100/1.0" 2 100/1.25" 25 '. 30.0 648+i- 3 100/1.25" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-17-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 15.2 Boring Completed: 09-17-2020 Driller: GM BORING LOG NO. 610 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6379° Longitude: -97.2983° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 676 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to brown, very stiff 3.0 (HP) 28.7 74-27-47 I � 2.5 (HP) 26.4 5.0 671+/- FAT CLAY (CHI, with calcareous deposits, 5 4.5+ (HP) 20.8 s.o brown and tan, hard s�o+i- LIMESTONE, with clay seams and layers, tan n:� � _ I i o0/3.0" O--I LIMESTONE, with shale seams, gray � � 3 rT � 100/1.5" 100/1.0" sa�+i- 100/1.0" Boring Terminated at 25 Feet 25 Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-17-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-17-2020 Driller: GM BORING LOG NO. 611 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas SITE: Oak Grove Road Fort Worth, Texas 1 of 1 � C� LOCATION See � Z w STRENGTH TEST -- „ LIMITS v w > � � j0 } �cn w � � n z ¢ v Latitude: 32.6387° Longitude: -97.2983° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 676.5 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark gray, hard 4.5+ (HP) 23.1 ; FAT CLAY (CHI, with calcareous nodules, � � brown and light brown, very stiff ; s.o ' LEAN CLAY (CLI, with calcareous nodules, ; ; brown and light brown, hard 8.0 � LEAN CLAY (CLI, with limestone fragments, tan, hard � 10.0 ; LIMESTONE, with clay seams, tan , Z 2i.o LIMESTONE, with shale seams, gray � 3 100/1.75" ? Boring Terminated at 30 Feet "" , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 5 4.5+ (HP) 24.4 76-27-49 3.75 (HP) 22.7 4.5+ (HP) UC 15.2 32-16-16 4.5+ (HP) 13.4 1 100/0.75" 15 i oon .o" 2 100/1.75" 25 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. 612 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6395° Longitude: -97.2983° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 672 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to brown, hard 4.5+ (HP) 32.4 4.5+ (HP) 25.6 82-29-53 1 5 4.5+ (HP) 21.8 6.0 666+/- FAT CLAY (CHI, with limestone fragments, tan and orange, hard 4.5+ (HP) 20.6 51-21-30 4.5+ (HP) 20.5 LIMESTONE, with clay seams, tan "� 1 �'�.—� 1 100/2.0" LIMESTONE, with shale seams, gray 2� 100/1.25" � 3 � 25� 100/1.0" '. 30.0 642+i- 3 100/1.0" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. B13 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6395° Longitude: -97.2974° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 670 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to brown, hard 4.5+ (HP) 26.2 4.5+ (HP) 15.9 54-19-35 5 4.5+ (HP) 21.4 1 4.5+ (HP) 19.0 56-22-34 8.0 662+/- FAT CLAY (CH), with limestone fragments and calcareous deposits, tan, hard 4.5+ (HP) 22.2 1 LIMESTONE, with clay seams, tan �:� 1 100/2.0" 20.0 65o+i- � 100/1.5" LIMESTONE, with shale seams, gray 2 i�l�� 25� 100/1.0" '. 30.0 64o+i- 3 100/1.0" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. 614 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6387° Longitude: -97.2973° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 671 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to light brown, very stiff to hard 4.5+ (HP) 23.4 2.5 (HP) 27.3 72-25-47 1 5 4.5+ (HP) 21.8 6.0 665+/- LEAN CLAY (CLI, with calcareous deposits, tan, hard 4.5+ (HP) 15.2 29-16-13 4.5+ (HP) 16.7 LIMESTONE, with clay seams, tan "� 1 s��:� 23.0 LIMESTONE, with shale seams, gray i 3 I—` 100/0.75" 15 i oon .o" 2 100/2.0" 25 ' so.o sa�+i- 3 100/0.75" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. 615 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6379° Longitude: -97.2973° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 673 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to brown, hard 4.5+ (HP) 23.3 68-24-44 4.5+ (HP) 19.3 4.0 669+/- LEAN CLAY (CLI, with calcareous deposits, � light brown and tan, hard 5 4.5+ (HP) 15.6 663+/- ,� � 4.5+ (HP) 13.5 LIMESTONE, with clay seams and layers, tan i��.—� LIMESTONE, with shale seams, gray ; 3 I—` 100/1.0" 15 100/1.0" 2 100/1.5" 25 '. 30.0 643+i- 3 100/1.0" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-17-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-17-2020 Driller: GM BORING LOG NO. 616 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6379° Longitude: -97.2964° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 669 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, dark brown to light brown, very stiff 3.0 (HP) 24.3 62-23-39 3.0 (HP) 22.2 � 4.0 665+/- LEAN CLAY (CLI, with calcareous deposits, light brown and tan, hard 5 4.5+ (HP) 19.3 49-17-32 6.0 663+/- LEAN CLAY (CLI, tan, hard 4.5+ (HP) 11.8 8.0 661+/- LIMESTONE, with clay seams, tan 100/2.5" 1 �.—: LIMESTONE, with shale seams, gray ' 3 I—` i oon .o" 15 100/1.0" 2 saa+i- 100/0.75" Boring Terminated at 25 Feet 25 Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. B17 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas SITE: Oak Grove Road Fort Worth, Texas 1 of 1 � C� LOCATION See � Z w STRENGTH TEST -- „ LIMITS v w > � � j0 } �cn w � � n z ¢ v Latitude: 32.6387° Longitude: -97.2964° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 668.5 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown, very stiff to hard 4.5+ (HP) 25.3 71-26-45 ; FAT CLAY (CHI, with calcareous nodules, � � brown to light brown, hard ; s.o ' LEAN CLAY (CLI, with calcareous deposits, ; ; light brown and tan, very stiff 8.0 � LEAN CLAY (CLI, tan, hard � 10.0 ; LIMESTONE, with clay seams, tan , Z LIMESTONE, with shale seams, gray ; 3 100/1.0" ? Boring Terminated at 30 Feet "" , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 5 4.0 (HP) 21.9 4.5 (HP) 23.6 61-22-39 4.0 (HP) 17.2 4.5+ (HP) UC 12.8 1 100/1.25" 15 100/2.25" 2 100/1.75" 25 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. B18 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6395° Longitude: -97.2964° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 668 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, dark brown to brown, very stiff to hard 4.5 (HP) 29.4 75-28-47 2.0 (HP) 21.7 5 2.75 (HP) 25.5 6.0 662+/- � FAT CLAY (CHI, with calcareous nodules and iron staining, tan and light brown, stiff to hard 1.75 (HP) UC 2.22 9.7 22.2 105 60-20-40 4.5+ (HP) 22.6 1 LIMESTONE, with clay seams, tan s��.—� 1 100/2.25" Zo.o sas+i_ � 100/2.0" LIMESTONE, with shale seams, gray 2 i�l�� 25� 100/1.0" ' 30.o ssa+i- 3 100/0.75" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. 619 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6391 ° Longitude: -97.2968° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 669 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to light brown, very stiff to hard 3.5 (HP) 27.3 4.5+ (HP) 19.0 1 5 4.0 (HP) 24.0 74-25-49 6.0 663+/- FAT CLAY (CH), with calcareous deposits, tan, orange, and light gray, hard 4.5+ (HP) 18.7 8.0 661+/- LIMESTONE, with clay seams, tan 100/3.0" 1 �:� 1 100/1.75" 20.0 64s+i- � 100/2.25" LIMESTONE, with shale seams, gray 2 ���� 100/1.25" 25 '. 30.0 639+i- 3 100/1.0" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-19-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-19-2020 Driller: GM BORING LOG NO. 620 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6383° Longitude: -97.2968° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 670 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to brown, hard 4.5+ (HP) 22.8 4.5+ (HP) 16.6 4.0 666+/- FAT CLAY (CHI, with limestone fragments and calcareous deposits, brown and tan, hard 5 4.5+ (HP) 13.1 57-20-37 1 4.5+ (HP) 15.2 8.0 662+/- LEAN CLAY (CLI, with limestone fragments and calcareous deposits, tan, hard 4.5+ (HP) 12.7 1 � i.o s5s+i- LIMESTONE, with clay seams, tan �'�.—� � s.o LIMESTONE, with shale seams, gray : 3 � 100/2.0" 15 100/1.75" 2 100/1.5" 25 '. 30.0 64o+i- 3 100/1.0" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-17-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-17-2020 Driller: GM BORING LOG NO. 621 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6383° Longitude: -97.2977° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 673 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown, hard 4.5+ (HP) 26.3 4.5+ (HP) 23.2 73-27-46 4.0 669+/- LEAN CLAY (CLI, with limestone fragments, � tan and brown, hard 5 4.5+ (HP) 10.7 6.0 667+/- LEAN CLAY (CLI, with limestone fragments, tan, hard 4.5+ (HP) 13.2 4.5+ (HP) 15.0 LIMESTONE, with clay seams, tan "� 1 i��.—� LIMESTONE, with shale seams, gray ; 3 I—` 100/2.25" 15 100/1.5" 2 100/1.0" 25 ' so.o sa3+i- 3 100/0.75" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started:09-17-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-17-2020 Driller: GM BORING LOG NO. 622 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.639° Longitude: -97.2977° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 671 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, dark brown to brown, very stiff to hard 4.5+ (HP) 25.9 3.5 (HP) 23.5 1 5 4.0 (HP) 27.2 75-27-48 6.0 665+/- FAT CLAY (CHI, tan, very stiff to hard 4.5+ (HP) UC 2.27 8.9 22.2 104 8.0 663+/- LIMESTONE, with clay seams, tan 100/2.75" 1 �:� 1 i oon .o" 20.0 65�+i- � 100/1.75" LIMESTONE, with shale seams, gray 2 ���� 100/0.75" 25 ' 30.o sa�+i- 3 100/0.75" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-19-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-19-2020 Driller: GM BORING LOG NO. 623 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.639° Longitude: -97.2987° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 673.5 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, dark brown, very stiff 3.5 (HP) 28.0 2.0 (HP) 27.8 80-29-51 1 5 4.0 (HP) 28.7 6.0 667.5+/- FAT CLAY (CHI, with limestone fragments, light brown, tan, and orange, hard 4.5+ (HP) 21.1 8.0 665.5+/- LIMESTONE, with clay seams, tan 100/1.5" 1 ��Ti � 3 I—` 2i.o LIMESTONE, with shale seams, gray 100/1.25" 15 100/1.25" 2 100/0.75" 25 � 3 100/0.75" 30.0 643.5+/- ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-19-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-19-2020 Driller: GM BORING LOG NO. 624 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6383° Longitude: -97.2987° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 676 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. �O � � �� � V a LEAN CLAY (CLI, with calcareous nodules, dark brown, hard 4.5+ (HP) 20.9 49-20-29 1 4.5+ (HP) 18.6 4.0 672+/- LEAN CLAY (CLI, with calcareous nodules and 5.o deposits, light brown and tan, hard 67�*i- 5 4.5+ (HP) 20.2 LIMESTONE, with clay seams, tan �:� 100/3.0" 1 i oon .o" 15 20.0 656+/- � 100/1.0° LIMESTONE, with shale seams, gray 2 ���. 100/1.25" 25 ' 30.o sas+i- 3 100/0.75" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-17-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-17-2020 Driller: GM BORING LOG NO. 625 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6383° Longitude: -97.2996° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 677.5 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules and deposits, dark brown, very stiff to hard 2.5 (HP) 23.5 I � 4.5+ (HP) 18.2 83-29-54 4.0 673.5+/- LEAN CLAY (CLI, with limestone fragments, tan, hard 5 4.5+ (HP) 11.7 6.0 671.5+/- LIMESTONE, with clay seams, tan �:� 100/2.25" 1 i o0/2.0" 15 20.0 657.5+/- n I 100/1.5° LIMESTONE, with shale seams, gray 2�� j i�l�■ 25� � 00/2.0" '. 30.o 847.5+�_ 3 100/1.0" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-17-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-17-2020 Driller: GM BORING LOG NO. 626 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.639° Longitude: -97.2996° �' � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 676 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, brown, very stiff to hard 3.5 (HP) 27.3 3.0 (HP) 21.1 1 5 4.5+ (HP) 24.7 69-24-45 s.o s�o+i- � o LEAN CLAY (CL), tan, hard 669+� 4.5+ (HP) 17.3 LIMESTONE, with clay seams, tan �:: 2i.o LIMESTONE, with shale seams, gray � 3 I—` 100/2.5" 1 i oon .o" 15 100/1.25" 2 100/0.75" 25 ' so.o sas+i- 3 100/0.75" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-19-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-19-2020 Driller: GM BORING LOG NO. 627 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.639° Longitude: -97.3006° �' � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 677 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, dark brown, hard 4.5+ (HP) 29.1 78-29-49 � 4.5+ (HP) 23.7 4.0 673+/- 5.o LEAN CLAY (CLI, with limestone fragments, 672+� 5 4.5+ (HP) 12.2 tan; hard LIMESTONE, with clay seams, tan �:� LIMESTONE, with shale seams, gray ; 3 I—` 100/1.25" 1 i oon .o" 15 100/0.5" 2 100/0.75" 25 '. 30.0 647+i- 3 100/1.25" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-16-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-16-2020 Driller: GM BORING LOG NO. 628 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o -- LIMITS w r cn cn w r n z ¢ U Latitude: 32.6383° Longitude: -97.3005° �' � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 679 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules and deposits, dark brown, hard 4.5+ (HP) 31.3 I � 4.5+ (HP) 17.2 65-22-43 4.0 675+/- LEAN CLAY (CLI, with limestone fragments, light brown, hard 5 4.5+ (HP) 8.3 6.0 673+/- LIMESTONE, with clay seams, tan . z It I 100/2.25" 10-1 LIMESTONE, with shale seams, gray 15� 100/1.0" � 3 I—` � 100/1.5" saa+i- 100/0.75" Boring Terminated at 25 Feet 25 Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-17-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-17-2020 Driller: GM BORING LOG NO. C1 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6396° Longitude: -97.2953° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 666 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, brown, very stiff to hard 4.5+ (HP) 24.9 4.5+ (HP) 19.9 74-25-49 5 2.5 (HP) 21.0 � 6.0 660+/- FAT CLAY (CHI, with calcareous deposits, tan and orange, very stiff to hard 4.5+ (HP) UC 2.09 9.7 19.2 108 51-18-33 4.5+ (HP) 17.0 1 LIMESTONE, with clay seams, tan �:� Clay layer @16-18' � s.o LIMESTONE, with shale seams, gray : 3 � 100/0.5" 15 100/1.75" 2 100/1.25" 25 '. 30.0 636+i- 3 100/1.0" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-19-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-19-2020 Driller: GM BORING LOG NO. C2 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o -- LIMITS w r cn cn w r n z ¢ v Latitude: 32.6396° Longitude: -97294° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 664 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules and deposits, dark brown to brown, hard 4.5+ (HP) 25.6 4.5+ (HP) 15.4 54-19-35 4.0 660+/- LEAN CLAY (CLI, with calcareous deposits, tan, orange, and light gray, very stiff 5 3.5 (HP) 13.7 Tan limestone with clay layers @6-10' : 1 I 654+i- ,� � 4.5+ (HP) 15.7 LIMESTONE, with clay seams, tan �:� � s.o LIMESTONE, with shale seams, gray : 3 rT 100/1.5" 15 100/1.0" 2 100/1.25" 25 '. 30.0 634+i- 3 100/1.0" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. C3 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o -- LIMITS w r cn cn w r n z ¢ U Latitude: 32.6389° Longitude: -97294° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 663.5 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to brown, very stiff 4.0 (HP) 29.3 3.5 (HP) 21.4 77-26-51 � 5 3.5 (HP) 23.3 6.0 657.5+/- FAT CLAY (CHI, with calcareous deposits, tan, orange, and light gray, hard 4.5+ (HP) 19.4 57-20-37 8.0 655.5+/- LEAN CLAY (CLI, with calcareous deposits, tan, orange, and light gray, hard 4.5+ (HP) UC 13.2 10.0 653.5+/- ,� LIMESTONE, with clay seams, tan �:� � s.o LIMESTONE, with shale seams, gray : 3 � 100/2.0" 15 100/1.5" 2 100/1.0" 25 � 30.0 633.5+/- 3 100/1.0�� ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. C4 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6389° Longitude: -97.2953° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 665.5 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to brown, very stiff to hard 4.5+ (HP) 23.4 4.0 (HP) 19.5 67-22-45 4.0 661.5+/- FAT CLAY (CHI, with limestone fragments, � light brown, tan, and orange, hard 5 4.5+ (HP) 13.7 6.0 659.5+/- LEAN CLAY (CLI, with calcareous deposits, light brown and tan, very stiff 2.0 (HP) 13.3 8.0 657.5+/- LEAN CLAY (CLI, with limestone fragments, tan, very stiff 4.0 (HP) 11.1 10.0 655.5+/- ,� LIMESTONE, with clay seams, tan �:� � s.o LIMESTONE, with shale seams, gray : 3 � 100/0.75" 15 100/2.25" 2 100/1.75" 25 � 3 100/1.25" 30.0 635.5+/- ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-19-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-19-2020 Driller: GM BORING LOG NO. C5 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6382° Longitude: -97.2953° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 666 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown, hard 4.5+ (HP) 24.6 68-25-43 � 4.5+ (HP) 21.2 5.0 661+i- 5 4.5+ (HP) 24.2 LIMESTONE, with clay seams and layers, tan �'� 1 100/4.5" LIMESTONE, with shale seams, gray 15� 100/1.75" � 3 I—` � 100/1.5" sa�+i- 100/0.75" Boring Terminated at 25 Feet 25 Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. C6 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o -- LIMITS w r cn cn w r n z ¢ U Latitude: 32.6382° Longitude: -97294° " � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 663 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, dark brown to brown, very stiff to hard 3.0 (HP) 26.7 4.5+ (HP) 18.0 65-22-43 5 4.5+ (HP) 16.4 � 6.0 657+/- FAT CLAY (CHI, tan, orange, and light gray, very stiff to hard 4.0 (HP) 15.5 4.5+ (HP) UC 2.82 14.8 17.8 114 1 LIMESTONE, with clay seams, tan �'�T� � s.o LIMESTONE, with shale seams, gray : 3 � 100/2.25" 15 100/1.0" 2 100/1.0" 25 '. 30.0 633+/- 3 100/0.75" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. C7 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o -- LIMITS w r cn cn w r n z ¢ U Latitude: 32.6376° Longitude: -97294° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 663.5 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to brown, hard 4.5+ (HP) 24.9 4.5+ (HP) 13.8 � 5 4.5+ (HP) 14.3 56-20-36 6.0 657.5+/- LEAN CLAY (CLI, light brown, tan, and orange, very stiff to hard 4.0 (HP) 16.1 4.5+ (HP) 17.0 43-16-27 "'� 1 LIMESTONE, with clay seams, tan �:� � s.o LIMESTONE, with shale seams, gray : 3 � 100/1.25" 15 100/1.5" 2 100/1.0" 25 � 3 100/1.25" 30.0 633.5+/- ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started:09-17-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-17-2020 Driller: GM BORING LOG NO. C8 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6376° Longitude: -97.2953° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 666 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, dark brown, hard 4.5+ (HP) 27.3 73-27-46 I � 4.5+ (HP) 22.8 77-26-51 4.0 662+/- FAT CLAY (CHI, light brown, hard 5 4.5+ (HP) 20.7 6.0 660+/- LIMESTONE, with clay seams and layers, tan �:� LIMESTONE, with shale seams, gray ; 3 I—` 100/2.5" 1 i o0/2.0" 15 100/1.25" 2 100/1.0" 25 '. 30.0 636+i- 3 100/1.75" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. C9 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6379° Longitude: -97.2946° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 665 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to brown, hard 4.5+ (HP) 22.8 4.5+ (HP) 15.7 4.0 661+/- FAT CLAY (CHI, with limestone fragments, tan and brown, hard 5 4.5+ (HP) 15.1 53-19-34 � 6.0 659+/- FAT CLAY (CHI, with calcareous deposits and limestone fragments, tan, very stiff 3.5 (HP) 18.4 2.5 (HP) 22.2 1 LIMESTONE, with clay seams, tan �'�.—� � s.o LIMESTONE, with shale seams, gray : 3 � 100/2.0" 15 100/1.5" 2 100/1.5" 25 � 30.0 635+/- 3 100/1.0�� ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-18-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-18-2020 Driller: GM BORING LOG NO. C10 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ U Latitude: 32.6386° Longitude: -97.2946° v � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 664.5 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown, hard 4.5+ (HP) 25.4 20 662.5+/- LEAN CLAY (CLI, with calcareous nodules, brown, hard 4.5+ (HP) 22.5 49-18-31 � 4.0 660.5+/- LEAN CLAY (CLI, with limestone fragments, tan, very stiff 5 3.5 (HP) 11.7 6.0 658.5+/- LEAN CLAY (CLI, with limestone fragments, tan and orange, hard 4.5+ (HP) 13.2 8.0 656.5+/- LIMESTONE, with clay seams, tan z LIMESTONE, with shale seams, gray ; 3 100/3.25" 1 100/2.25" 15 100/1.25" 2 100/1.5" 25 100/1.0" ? Boring Terminated at 30 Feet "" , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-19-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-19-2020 Driller: GM BORING LOG NO. C11 Pa e 1 of 1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas � SITE: Oak Grove Road Fort Worth, Texas � C� LOCATION See �� w STRENGTH TEST ATTERBERG � Y p � ; O a F o � LIMITS Z � cn cn w r n ¢ v Latitude: 32.6393° Longitude: -97.2947° � � Q ~ � � a N� w Z � F � J = H OC > J p� > f/� (7 ,-. � ~ W S Z � Q w r w a W W r � w � Q � z �� LL-PL-PI U � � Approximate Surtace Elev.: 664.5 (Ft.) +/- p ¢ m a LL� W ��`r � O � 3 � DEPTH ELEVATION Ft. � O � � �� � V a FAT CLAY (CHI, with calcareous nodules, dark brown to light brown, very stiff to hard 4.5+ (HP) 24.3 72-26-46 3.5 (HP) 20.9 � 5 3.5 (HP) 19.9 6.0 658.5+/- FAT CLAY (CHI, tan, orange, and light gray, very stiff to hard 4.0 (HP) 17.5 4.5+ (HP) 15.2 LIMESTONE, with clay seams, tan "� 1 �:� � s.o LIMESTONE, with shale seams, gray : 3 � 100/1.25" 15 100/2.25" 2 100/1.5" 25 '. 30.0 634.5+/- 3 100/1.0" ? Boring Terminated at 30 Feet , , Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-19-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-19-2020 Driller: GM BORING LOG NO. P1 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas SITE: Oak Grove Road Fort Worth, Texas � c9 LOCATION See �� w w � wz a > � v �O } ¢ v Latitude: 32.6386° Longitude: -97.3037° � Q ~ a w� a � � Approximate Surtace Elev.: 686 (Ft.) +/- o � m a � � DEPTH ELEVATION Ft. FAT CLAY (CHI, with calcareous nodules and limestone fragments, brown, very stiff to hard � � � � 1 � 0 � w a J a � � 5 FAT CLAY (CHI, brown and light brown, hard 0 678+/- FAT CLAY (CHI, with calcareous deposits, brown, tan, and orange, hard 0.0 676+/- ,� Boring Terminated at 10 Feet W � �� o� J W W � LL 4.5+ (HP) 4.5+ (HP) 2.75 (HP) 4.5+ (HP) 4.5+ (HP) 1 of 1 STRENGTH TEST -- LIMITS v w w o F n z > OC li w i ��_. � �w �= z r � w � Q � z �� LL-PL-PI U W ��v � � �� W r p tn tn a U 21.6 63-23-40 19.7 27.4 23.2 15.8 Slratification lines are approximale. In-silu, the lransilion may be gradual. i > Advancement Method: See �r for a Notes: Push Tube description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-21-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-21-2020 Driller: GM BORING LOG NO. P2 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas SITE: Oak Grove Road Fort Worth, Texas � c9 LOCATION See �� W w � wz a > � v �O } ¢ v Latitude: 32.6374° Longitude: -97.3014° � Q ~ a w� a � � Approximate Surtace Elev.: 652.5 (Ft.) +/- o � m a � � DEPTH ELEVATION Ft. FAT CLAY (CHI, with calcareous nodules, dark brown to brown, hard + 1 z FAT CLAY (CHI, with calcareous deposits, tan and orange, hard FAT CLAY (CHI, with sand seams, orange, tan, and light gray, hard LIMESTONE, with clay seams, tan Boring Terminated at 10 Feet 5 1 W � �� o� J W W � LL 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 100/2.25" 1 of 1 STRENGTH TEST -- LIMITS v w w o F n z > OC li w i ��_. � �w �= z r � w � Q � z �� LL-PL-PI U W ��v � � �� W r p tn tn a U 25.0 81-28-53 16.8 14.3 17.0 Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-21-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-21-2020 Driller: GM BORING LOG NO. P3 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas SITE: Oak Grove Road Fort Worth, Texas � c9 LOCATION See �� W w � wz a > � v �O } ¢ v Latitude: 32.6373° Longitude: -97.2991° � Q ~ a w� a � � Approximate Surtace Elev.: 682 (Ft.) +/- o � m a � � DEPTH ELEVATION Ft. FAT CLAY (CHI, with calcareous nodules, dark brown to light brown, hard � � � � 1 � 0 � w a � a � � a a 0 FAT CLAY (CHI, with calcareous deposits, tan and light gray, hard FAT CLAY (CHI, with calcareous deposits, tan, orange, and light gray, hard LEAN CLAY (CLI, with calcareous deposits, tan and orange, hard Boring Terminated at 10 Feet 5 1 W � �� o� J W W � LL 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 1 of 1 STRENGTH TEST -- LIMITS v w w o F n z > OC li w i ��_. � �w �= z r � w � Q � z �� LL-PL-PI U W ��v � � �� W r p tn tn a U 21.6 15.0 16.5 15.9 13.4 Slratification lines are approximale. In-silu, the lransilion may be gradual. i > Advancement Method: See �r for a Notes: Push Tube description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-21-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-21-2020 Driller: GM BORING LOG NO. P4 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas SITE: Oak Grove Road Fort Worth, Texas � c9 LOCATION See �� w w � wz a > � v �O } ¢ v Latitude: 32.6372° Longitude: -97.2961° � Q ~ a w� a � � Approximate Surtace Elev.: 668 (Ft.) +/- o � m a � � DEPTH ELEVATION Ft. FAT CLAY (CHI, with calcareous nodules, dark brown to brown, hard � � � � 1 � 0 � W a � a � W � a a 0 Boring Terminated at 10 Feet W � �� o� J W W � LL 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 1 of 1 STRENGTH TEST -- LIMITS v w w o F n z > OC li w i ��_. � �w �= z r � w � Q � z �� LL-PL-PI U W ��v � � �� W r p tn tn a U 25.3 69-25-44 18.3 18.1 14.6 12.6 Slratification lines are approximale. In-silu, the lransilion may be gradual. i > Advancement Method: See �r for a Notes: Push Tube description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-21-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 FAT CLAY (CHI, with calcareous deposits, light brown and tan, hard s.o LEAN CLAY (CLI, with calcareous deposits, tan, hard 664+ 5 1 Boring Completed: 09-21-2020 Driller: GM BORING LOG NO. P5 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas SITE: Oak Grove Road Fort Worth, Texas � c9 LOCATION See �� w w � wz a > � v �O } ¢ v Latitude: 32.6379° Longitude: -97.2935° � Q ~ a w� a � � Approximate Surtace Elev.: 662 (Ft.) +/- o � m a � � DEPTH ELEVATION Ft. FAT CLAY (CHI, dark gray, very stiff to hard � � � � 1 � 0 � w a J a � � FAT CLAY (CHI, with calcareous nodules, dark brown to brown, very stiff FAT CLAY (CHI, with calcareous deposits, tan, orange, and light gray, hard Boring Terminated at 10 Feet 5 1 W � �� o� J W W � LL 4.5+ (HP) 3.5 (HP) 3.0 (HP) 3.0 (HP) 4.5+ (HP) 1 of 1 STRENGTH TEST -- LIMITS v w w o F n z > OC li w i ��_. � �w �= z r � w � Q � z �� LL-PL-PI U W ��v � � �� W r p tn tn a U 27.1 21.6 24.5 21.0 16.0 Slratification lines are approximale. In-silu, the lransilion may be gradual. i > Advancement Method: See �r for a Notes: Push Tube description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-21-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-21-2020 Driller: GM BORING LOG NO. P6 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas SITE: Oak Grove Road Fort Worth, Texas � c9 LOCATION See �� W w � wz a > � v �O } ¢ v Latitude: 32.64° Longitude: -97.2934° _ � Q W a w� a � � Approximate Surtace Elev.: 663 (Ft.) +/- o � m a � � DEPTH ELEVATION Ft. FAT CLAY (CHI, with calcareous nodules and deposits, brown to light brown, hard � � � � 1 � 0 � w a J a � w r FAT CLAY (CHI, with calcareous deposits, gray, light gray, and orange, hard Boring Terminated at 10 Feet 5 1 W � �� o� J W W � LL 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 1 of 1 STRENGTH TEST -- LIMITS v w w o F n z > OC li w i ��_. � �w �= z r � w � Q � z �� LL-PL-PI U W ��v � � �� W r p tn tn a U 21.1 13.5 56-19-37 16.1 17.0 19.6 Slratification lines are approximale. In-silu, the lransilion may be gradual. i > Advancement Method: See �r for a Notes: Push Tube description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-21-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-21-2020 Driller: GM BORING LOG NO. P7 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas SITE: Oak Grove Road Fort Worth, Texas � c9 LOCATION See �� W w � wz a > � v �O } ¢ v Latitude: 32.64° Longitude: -97.2965° _ � Q W a w� a � � Approximate Surtace Elev.: 668.5 (Ft.) +/- o � m a � � DEPTH ELEVATION Ft. FAT CLAY (CHI, with calcareous nodules, dark gray, hard 2.0 666.5+/- FAT CLAY (CHI, with limestone fragments, brown. hard � � � � 1 � 0 � W a � a � � a a 0 s.o LEAN CLAY (CLI, with limestone fragments, light brown and tan, hard 8.0 LEAN CLAY (CLI, with calcareous deposits and limestone fragments, tan, hard 10.0 Boring Terminated at 10 Feet 5 1 W � �� o� J W W � LL 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 1 of 1 STRENGTH TEST -- LIMITS v w w o F n z > OC li w i ��_. � �w �= z r � w � Q � z �� LL-PL-PI U W ��v � � �� W r p tn tn a U 29.0 18.0 16.3 11.1 11.7 Slratification lines are approximale. In-silu, the lransilion may be gradual. i > Advancement Method: See �r for a Notes: Push Tube description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-21-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-21-2020 Driller: GM BORING LOG NO. P8 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas SITE: Oak Grove Road Fort Worth, Texas � c9 LOCATION See �� w w � wz a > � v �O } ¢ v Latitude: 32.6398° Longitude: -97.2992° � Q ~ a w� a � � Approximate Surtace Elev.: 674 (Ft.) +/- o � m a � � DEPTH ELEVATION Ft. FAT CLAY (CHI, with calcareous nodules, dark brown, hard �� � — � � 0 � 0 � W Q z � � � W � Q � Q 0 4.0 LIMESTONE, with clay seams, tan Boring Terminated at 10 Feet 5 1 W � �� o� J W W � LL 4.5+ (HP) 4.5+ (HP) 100/3.0" 100/2.0" 1 of 1 STRENGTH TEST -- LIMITS v w w o F n z > OC li w i ��_. � �w �= z r � w � Q � z �� LL-PL-PI U W ��v � � �� W r p tn tn a U 29.5 21.0 75-26-49 Slratification lines are approximale. In-silu, the lransilion may be gradual. Hammer Type: Automatic i > Advancement Method: See �r for a Notes: Dry Auger description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-21-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-21-2020 Driller: GM BORING LOG NO. P9 PROJECT: Carter Park East - Option 8 CLIENT: Carter Park East Land LLC Dallas, Texas SITE: Oak Grove Road Fort Worth, Texas � c9 LOCATION See �� w w � wz a > � v �O } ¢ v Latitude: 32.6398° Longitude: -97.3011° � Q ~ a w� a � � Approximate Surtace Elev.: 677 (Ft.) +/- o � m a � � DEPTH ELEVATION Ft. FAT CLAY (CHI, with calcareous nodules, dark gray, hard � � � � 1 � 0 � w a � a � � a a 0 FAT CLAY (CHI, with calcareous deposits, brown and light brown, hard .o FAT CLAY (CHI, with limestone fragments, light brown, tan, and orange, hard 0 LEAN CLAY (CLI, with limestone fragments, tan and orange, hard 0.0 Boring Terminated at 10 Feet 5 1 W � �� o� J W W � LL 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 4.5+ (HP) 1 of 1 STRENGTH TEST -- LIMITS v w w o F n z > OC li w i ��_. � �w �= z r � w � Q � z �� LL-PL-PI U W ��v � � �� W r p tn tn a U 26.8 68-25-43 23.4 15.1 19.6 15.8 Slratification lines are approximale. In-silu, the lransilion may be gradual. i > Advancement Method: See �r for a Notes: Push Tube description of field and laboratory procedures � used and additional data (If any). ' See for explanation of � Abandonment Method: symbols and abbreviations. � Bac�lled with auger cuttings > > ' WATER LEVEL OBSERVATIONS � Boring Started: 09-21-2020 � No waterencountered during drilling �rracon � Drill Rig: CME 55 Dry upon completion of drilling 2501 E Loop 820 N _ Fort Worth, TX Project No. 95205117 Boring Completed: 09-21-2020 Driller: GM SUPPORTING INFORMATION Contents: Unified Soil Classification System General Notes to Log Terms Note: All attachments are one page unless noted above. UNIFIED SOIL CLASSIFICATION SYSTEM Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests Clean Gravels: Cu >_ 4 and 1<_ Cc <_ 3 1 ��rracon GeoReport Soil Classification Group Symbol Group Name GW Well-graded gravel Gravels: Less than 5°/o fines Cu < 4 and/or [Cc<1 or Cc>3.0] GP Poorly graded gravel � More than 50% of coarse fraction Fines classify as ML or MH GM Silty gravel retained on No. 4 sieve Gravels with Fines: _ Coarse-Grained Soils: More than 12% fines Fines classify as CL or CH GC Clayey gravel More than 50°/o retained on No. 200 sieve Clean Sands: Cu >_ 6 and 1<_ Cc S 3 SW Well-graded sand Sands: Less than 5% fines Cu < 6 and/or [Cc<1 or Cc>3.0] SP Poorly graded sanc 50% or more of coarse fraction passes No. 4 Sands with Fines: Fines classify as ML or MH SM Silty sand _ sieve More than 12% fines Fines classify as CL or CH SC Clayey sand � PI > 7 and plots on or above "A° CL Lean clay , Inorganic: Silts and Clays: PI < 4 or plots below "A" line M� Silt Liquid limit less than 50 Liquid limit - oven dried Organic clay Fine-Grained Soils: Organic: < 0.75 OL 50% or more passes the Liquid limit not dried Organic silt No. 200 sieve PI plots on or above "A" line CH Fat clay Inorganic: Silts and Clays: PI plots below "A" line MH Elastic Silt Liquid limit 50 or more Liquid limit - oven dried Organic clay Organic: < 0.75 OH Liquid limit not dried Organic silt Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat Based on the material passing the 3-inch (75-mm) sieve. If fines are organic, add "with organic fines" to group name. If field sample contained cobbles or boulders, or both, add "with cobbles If soil contains >_ 15% gravel, add "with gravel" to group name. or boulders, or both" to group name. � If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. Gravels with 5 to 12% fines require dual symbols: GW-GM well-graded if soil contains 15 to 29% plus No. 200, add "with sand" or "with gravel with silt, GW-GC well-graded gravel with clay, GP-GM poorly gravel," whichever is predominant. graded gravel with silt, GP-GC poorly graded gravel with clay. Sands with 5 to 12% fines require dual symbols: SW-SM well-graded if soil contains >_ 30% plus No. 200 predominantly sand, add "sandy" to group name. sand with silt, SW-SC well-graded sand with clay, SP-SM poorly graded sand with silt, SP-SC poorly graded sand with clay. If soil contains >_ 30% plus No. 200, predominantly gravel, add 2 "gravelly" to group name. (�30 ) PI >_ 4 and plots on or above "A" line. Cu = Dfio/D,o Cc = PI < 4 or plots below "A" line. D10 X D60 PI plots on or above "A" line. If soil contains > 15% sand, add "with sand" to group name. PI plots below "A" line. � If fines classify as CL-ML, use dual symbol GC-GM, or SGSM. 60 I I For classification af fine-grained soils and fine-grained fraction 50 of caarse-grained sails Equation of "A" - line � Horizontal at P1=4 to LL=25.5. X 40 then P1=073 {LL-20) W ❑ Equation of "U" - line Z Vertica4 at LL=16 to P1=7, ,� � 30 — then P1=0.9 {LL.-8) �-r'— U � Q 20 J Q 10 7 4 0 0 � LIQUID LIMIT (LL) I, N 0 I, P Q 10 16 20 3d 40 50 60 70 8d 94 100 110 GENERAL NOTES TO LOG TERMS SAMPLING WATER LEVEL Water initially �'�`'�� � � #�cck Cor� � Enco�rrtered Cvtiirgs Wafer Level After a I� 5pecified Period af Time Greb Shel by � Water L.eYel After Sample Tu6� I a Specified �eriodof Time ���,� Water levels indicated on the soil boring logs are the levels Texas Cane measured in the borehole at the times indicated. Penel2-iar , �netrvrnzfer T�, Groundwater level variations will occur over time. In low permeability soils, accurate determination for groundwater levels is not possible with short term water level observations. DESCRIPTIVE SOIL CLASSIFICATION 1 ��rracon GeoReport FIELD TESTS N Standard Penetration Test Resistance (Blows/Ft) (HP) Hand Penetrometer (T) Torvane (DCP) Dynamic Cone Penetrometer UC Unconfined Compressive Strength (PID) Photo-lonization Detector (OVA) Organic Vapor Analyzer Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel, or sand. Fine Grained Soils have less than 50% of their dry weight retained on a#200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non-plastic. Major constituents may be added as modiflers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse- grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. LOCATION AND ELEVATION NOTES Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is variable. Surface elevation data annotated with +/ indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic maps of the area. RELATIVE DENSITY OF COARSE-GRAINED SOILS (More than 50% retained on No. 200 sieve.) Density determined by Standard Penetration Resistance Descriptive Term (Density) Very Loose Loose Medium Dense Dense Very Dense Standard Penetration or N-value Blows/Ft. � 0-3 � 4-9 _ 10 — 29 � 30 — 50 � >50 STRENGTH TERMS CONSISTENCY OF FINE-GRAINED SOILS (50% or more passing the No. 200 sieve.) Consistency determined by laboratory shear strength testing, field visual-manual procedures or standard penetration resistance Descriptive Term Unconfined Compressive Strength Standard Penetration or N-value (Consistency) Qu, (ts� glows/Ft. Very Soft Less than 0.25 � 0— 1 Soft 0.25 to 0.5 2— 4 Medium Stiff 0.5 to 1.00 4— 8 Stiff 1.00 to 2.00 8— 15 Very Stiff � 2.00 to 4.00 15 — 30 Hard >4.00 >30 RELATIVE PROPORTIONS OF SAND AND GRAVEL RELATIVE PROPORTIONS OF FINES Descriptive Term(s) of Percent of Descriptive Term(s) of Percent of other constituents Dry Weight other constituents Dry Weight Trace � <15 Trece � <5 With � 15 — 29 With 5— 12 Modifier >30 Modifier >12 GRAIN SIZE TERMINOLOGY Major Component of Sample Particle Size Boulders Over 12 in. (300 mm) Cobbles 12 in. to 3 in. (300 mm to 75 mm) Gravel 3 in. to #4 sieve (75mm to 4.75mm) Sand #4 to #200 sieve (4.75mm to 0.075m�� Silt or Clay Passing #200 sieve (0.075mm)� PLASTICITY DESCRIPTION Term Plasticity Index Non-plastic � 0 Low 1 — 10 Medium 11 — 30 High >30 _ CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised July 1, 2011 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK APPLICATION FOR FLOODPLAIN DEVELOPMENT PERMIT Name of Owner or Applicant Kimley-Horn and Associates, InC. Address of Owner 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, TX 76102 Date 10/21 /2020 Telephone No. g17-484-4129 Nearest Stream North Fork Chambers Creek Location of Permit Area (Address or Legal Description) South of Joel East, West of Wichita, North of Enon, and East of Oak Grove Road PURPOSE OF REQUEST: ❑Excavation ❑Filling ❑Dredging or Mining PLEASE TYPE Permit No. FDP-20-00114 Office Use Only ❑ Approved � Approved W ith ❑Denied" Conditions" Date In: 10/23/2gate Out: 11/9/20 Processed By: L. Biggs Digitally siqned by Approved By: ,;Sas;ygs � ICa RIfIf1C _ 163120 -06'00' �Utility Construction ❑ Building Permit ❑ Grading ❑ Paving ❑ Drilling Operations ❑ Other BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet if needed) Proposed construction of sewer manholes over existing sewer line within the floodplain that will serve the proposed development. Manholes located within floodplain are shown in included exhibit. COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse 1119 acres. 2. Regulatory flood elev. 655-678 � Not available. 3. Has site previously flooded? ❑� Yes ❑ No 4. Is site subject to flooding? ❑✓ Yes � No 5. Is safe access available during times of flood? ❑✓ Yes ❑ No ❑ Unknown 6. Is the proposal within the designated floodway? ❑ Yes ❑� No ❑Unknown 7. Have all necessary prior approval permits been obtained from federal, state or local governmental agencies?❑✓ None Required ❑Yes ❑No (If no, explain; if yes, provide copies of approval letters or permits.) ATTACH THE FOLLOWING IF APPLICABLE: 1. Two (2) sets scale drawings showing location, dimensions, elevations of existing and proposed topographic alterations, existing and proposed structures, location relative to floodplain area. 2. Extent to which watercourse or natural drainage will be altered or relocated. 3. Supporting hydraulic calculations, reports, etc., used as a basis for proposed improvements. 4. Lowest floor elevation (including basement) of all proposed structures. 5. Elevation to which any non-residential structure shall be flood proofed. 6. Certification by registered professional engineer or architect that flood proofing criteria are met as set forth in Section 7-347, Sub-Section b, Ordinance No. 11998. DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE PROPOSAL: 1. Reduce capacity of channels/floodways/watercourse in floodplain area? 2. Measurably increase flood flows/heights/damage on off-site properties? 3. Individually or combined with other existing or anticipated development expose adjacent properties to adverse flood effects? 4. Increase velocities/volumes of flood waters sufficiently to create significant erosion of floodplain soils on subject property or adjacent property upstream/downstream? 5. Encroach on floodway causing increase in flood levels? 6. Provide compensatory storaqe for anv measurable loss of flood storaqe capacitv? � � �❑ � � �❑ Info. Not No Available ❑`� ❑ ❑'� ❑ ❑✓ ❑ ❑✓ ❑✓ � C FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program is authorized by Secti�n 7-318 of City Ordinance No. 11998, adopted June 13, 1995. This permit is required for all development taking place within the area of the 100-year floodplain (special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency (FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one thousand dollars ($1,000) a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include, but are not limited to, City construction plan approval, platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty (60) days from the date of such denial to appeal the adverse action to the City Plan Commission. Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY: 0 FEMA ❑ COE ❑ FLOOD STUDIES ❑ HIGH WATER MARKS ❑ OTHER FEMA INS. ZONE AE FEMA MAP NO. 48439C0320L FLOOD ELEV. vafleS GROUND ELEV. vaf18S FLOOD PLAIN STUDY PLATE NO. I FLOOD ELEV. CONDITIONS FOR APPROVAL" OR REASONS FOR DENIAL"* * Manholes located within the FEMA floodplain must be watertight to prevent inflow or have the rim raised a min of 2 feet above the 100 year floodplain. * No fill allowed within floodplain; post construction grade must match existing grade. THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 1 ABOVE CITY OF FORT WORTH Carter Park East Phase I & II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102807 Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: October 21, 2020 The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water Department’s Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A.Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2.Manholes & Bases/Fiberglass ............................................................... 2 3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4.Manholes & Bases/Frames & Covers/Round ....................................... 4 5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6.Manholes & Bases/Precast Concrete .................................................... 6 7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9.Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B.Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... 24 C.Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 36. Automatic Flusher ................................................................................. 36 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 1330" Dia. MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 1330" Dia. MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 1330" Dia. MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 1330" Dia. MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 1330" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 1330" Dia. MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.09/16/19 33 05 13.1030" Dia. MH Ring and Cover Composite Access Products, L.P.CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"09/06/19 33 39 20 Manhole, Precast ConcreteForterra Pipe and Precast60" & 72" I.D. Manhole w/32" ConeASTM C-7660" & 72"* From Original Standard Products ListClick to Return to the Table of Content6Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast FiberglassHobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass PipeAmeronBondstrand RPMP PipeASTM D3262/D375410/30/03Glass-Fiber Reinforced Polymer PipeThompson Pipe GroupFlowtiteASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)SDR-26ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)SDR 26/35 PS 115/46ASTM F 67918" - 27"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDR-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationSDR 26/35 PS 115/46ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 30343/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26ASTM D30344" - 15"10/22/2020 33 31 20 PVC Sewer PipeSanderson Pipe Corp.SDR 26ASTM D30344"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26/35 PS 115/46ASTM F-67918"- 36"* From Original Standard Products ListClick to Return to the Table of Content21Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 240AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeAWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationTrans 21, DR 14, DR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 14"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-12"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 18"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"9/6/2019 33 11 12 PVC Pressure PipeUnderground Solutions Inc.DR14 Fusible PVCAWWA C9004" - 8"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR18AWWA C90016" - 24"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR14AWWA C9004"- 12"9/6/2019 33 11 12 PVC Pressure PipeSanderson Pipe Corp.DR14AWWA C9004"- 12"* From Original Standard Products ListClick to Return to the Table of Content30Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD09/06/19 33-11-11 Polyethylene EncasmentNorthtown Products Inc. PE Encasement fro DIPAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Automatic Flusher10/21/20Automated Flushing SystemMueller HydroguardHG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent)* From Original Standard Products ListClick to Return to the Table of Content36Updated: 10/21/2020