Loading...
HomeMy WebLinkAboutContract 55675-PM1PROJECT MANUAL FOR THE CONSTRUCTION OF Sendera Phase III-3B Water, Sewer, Paving, Drainage, & Street Lights IPRC Record No. IPRC20-0177 City Project No. 103121 FID NO. 30114-0200431-103121-E07685 FILE NO. W-2768 X NO. X-26807 Betsy Price David Cooke Mayor City Manager Christopher P. Harder, P.E. Water Department Director William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth April 2021 6060 North Central Expressway Suit 400 Dallas, Texas75206 FRN-F-1386 04/27/2021 CSC No. 55675-PM1 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 CITY OF FORT WORTH Sendera Phase III - 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 CITY OF FORT WORTH Sendera Phase III - 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised March 20, 2020 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM)12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 CITY OF FORT WORTH Sendera Phase III - 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised March 20, 2020 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 CITY OF FORT WORTH Sendera Phase III - 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised March 20, 2020 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP)12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC)12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 CITY OF FORT WORTH Sendera Phase III - 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised March 20, 2020 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION 00 42 43 DAP - BID PROPOSAL Page 1 of 6 1 0241.1018 Remove 20" Waterline 02 41 14 LF 25 $20.00 $500.00 2 3311.0001 Ductile Iron Water Fittings w/ Res 33 11 11 TON 5.1 $5,000.00 $25,500.00 3 3311.0241 8" Water Pipe 33 11 10, 33 11 12 LF 5882 $36.00 $211,752.00 4 3312.0001 Fire Hydrant 33 12 40 EA 8 $4,500.00 $36,000.00 5 3312.0107 Connection to Existing 20" Water Main 33 12 25 EA 1 $7,500.00 $7,500.00 6 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 5 $1,000.00 $5,000.00 7 3312.1002 2" Combination Air Valve Assembly for Water 33 12 30 EA 1 $7,500.00 $7,500.00 8 3312.2003 1" Water Service 33 12 10 EA 92 $1,050.00 $96,600.00 9 3312.3003 8" Gate Valve 33 12 20 EA 16 $1,200.00 $19,200.00 10 3312.3007 20" Gate Valve 33 12 20 EA 1 $24,500.00 $24,500.00 11 9999.0001 20" Concrete AWWA C303 Water Pipe 00 00 00 LF 853 $260.00 $221,780.00 12 9999.0002 20" Concrete Pressure Pipe 00 00 00 LF 20 $320.00 $6,400.00 13 9999.0003 1" Copper Services 00 00 00 LF 167 $32.00 $5,344.00 14 9999.0004 2 - 4" SCHED-40 PVC Irrigation Sleeves 00 00 00 LF 60 $20.00 $1,200.00 15 9999.0005 1" Irrigation Meter 00 00 00 EA 1 $1,250.00 $1,250.00 16 9999.0006 1.5" Irrigation Meter 00 00 00 EA 1 $1,800.00 $1,800.00 17 9999.0007 Haul Wet Utility Spoils (Incl Rock) to Ph 2&3 00 00 00 LS 1 $2,500.00 $2,500.00 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Bidlist Item No.Description TOTAL UNIT I: WATER IMPROVEMENTS $674,326.00 Bid Quantity UNIT I: WATER IMPROVEMENTS SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Unit Price Bid Value Project Item Information Bidder's Proposal Specification Section No.Unit of Measure SENDERA RANCH PHASE 3 SECTION 3B CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP-Phase III-3B.xlsx 00 42 43 DAP - BID PROPOSAL Page 2 of 6 Bidlist Item No.Description Bid Quantity SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Unit Price Bid Value Project Item Information Bidder's Proposal Specification Section No.Unit of Measure SENDERA RANCH PHASE 3 SECTION 3B 1 0330.0001 Concrete Encase Sewer Pipe 03 30 00 CY 5.2 $200.00 $1,040.00 2 3301.0002 Post-CCTV Inspection 33 01 31 LF 4996 $4.00 $19,984.00 3 3301.0101 Manhole Vacuum Testing 33 01 30 EA 22 $150.00 $3,300.00 4 3305.0107 Manhole Adjustment, Major 33 05 14 EA 1 $4,500.00 $4,500.00 5 3305.0109 Trench Safety 33 05 10 LF 4996 $2.00 $9,992.00 6 3305.0112 Concrete Collar 33 05 17 EA 3 $500.00 $1,500.00 7 3331.3101 4" Sewer Service 33 31 50 EA 77 $750.00 $57,750.00 8 3331.4115 8" Sewer Pipe - SDR 26 33 11 10, 33 31 12, 33 31 20 LF 1833 $46.00 $84,318.00 9 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 31 20 LF 20 $56.00 $1,120.00 10 3331.4215 15" Sewer Pipe - SDR 26 33 11 10, 33 31 12, 33 31 20 LF 2703 $72.00 $194,616.00 11 3331.4216 15" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, 33 31 20 LF 80 $82.00 $6,560.00 12 3331.5753 15" Sewer Pipe, CLSM Backfill 33 11 10, 33 31 12, 33 31 20 LF 66 $92.00 $6,072.00 13 3331.4308 21" Sewer Pipe - SDR 26 33 11 10, 33 31 12, 33 31 20 LF 252 $112.00 $28,224.00 14 3331.4309 21" Sewer Pipe, CSS Backfill 33 11 10, 33 31 13, 33 31 20, 33 31 21 LF 20 $122.00 $2,440.00 15 3331.5762 21" Sewer Pipe, CLSM Backfill 33 11 10, 33 31 13, 33 31 20, 33 31 21 LF 22 $132.00 $2,904.00 16 3339.0001 Epoxy Manhole Liner 33 39 60 VF 145 $385.00 $55,825.00 17 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 21 $3,800.00 $79,800.00 18 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 1 $4,800.00 $4,800.00 19 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 37.1 $195.00 $7,234.50 20 9999.0008 Connect to Existing Sewer Main System 00 00 00 EA 4 $1,200.00 $4,800.00 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 UNIT II: SANITARY SEWER IMPROVEMENTS TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $576,779.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP-Phase III-3B.xlsx 00 42 43 DAP - BID PROPOSAL Page 3 of 6 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Unit Price Bid Value Project Item Information Bidder's Proposal Specification Section No.Unit of Measure SENDERA RANCH PHASE 3 SECTION 3B Bidlist Item No.Description Bid Quantity 1 3137.0102 Large Stone Riprap, dry 31 37 00 SY 500 $95.00 $47,500.00 2 3305.0109 Trench Safety 33 05 10 LF 1173 $1.00 $1,173.00 3 3305.0112 Concrete Collar 33 05 17 EA 1 $500.00 $500.00 4 3341.0201 21" RCP, Class III 33 41 10 LF 152 $57.00 $8,664.00 5 3341.0205 24" RCP, Class III 33 41 10 LF 255 $67.00 $17,085.00 6 3341.0208 27" RCP, Class III 33 41 10 LF 604 $72.00 $43,488.00 7 3341.0302 30" RCP, Class III 33 41 10 LF 162 $80.00 $12,960.00 8 3349.0001 4' Storm Junction Box 33 49 10 EA 4 $4,500.00 $18,000.00 9 3349.5001 10' Curb Inlet 33 49 20 EA 3 $3,400.00 $10,200.00 10 3349.5002 15' Curb Inlet 33 49 20 EA 7 $4,400.00 $30,800.00 11 3349.5003 20' Curb Inlet 33 49 20 EA 1 $6,200.00 $6,200.00 12 9999.0009 Inlet Protection 00 00 00 EA 11 $150.00 $1,650.00 13 9999.0011 21" 4:1 Sloped End Headwall 00 00 00 EA 1 $3,000.00 $3,000.00 14 9999.0012 24" 4:1 Sloped End Headwall 00 00 00 EA 3 $3,500.00 $10,500.00 15 9999.0013 30" 4:1 Sloped End Headwall 00 00 00 EA 1 $4,500.00 $4,500.00 16 9999.0014 30" 4:1 CH-FW-0 Headwall 00 00 00 EA 1 $5,000.00 $5,000.00 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 $221,220.00 UNIT III: DRAINAGE IMPROVEMENTS TOTAL UNIT III: DRAINAGE IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP-Phase III-3B.xlsx 00 42 43 DAP - BID PROPOSAL Page 4 of 6 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Unit Price Bid Value Project Item Information Bidder's Proposal Specification Section No.Unit of Measure SENDERA RANCH PHASE 3 SECTION 3B Bidlist Item No.Description Bid Quantity 1 0241.1000 Remove Conc Pvmt 02 41 15 SY 283 $20.00 $5,660.00 2 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 322 $12.00 $3,864.00 3 3211.0400 Hydrated Lime (30 lbs/sy)32 11 29 TN 316.005 $185.00 $58,460.93 4 3211.0400 Hydrated Lime (30 lbs/sy) (Sendera Ranch Blvd) 32 11 29 TN 52.20 $185.00 $9,657.00 5 3211.0501 6" Lime Treatment 32 11 29 SY 21067 $3.50 $73,734.50 6 3211.0502 8" Lime Treatment (Sendera Ranch Blvd) 32 11 29 SY 2900 $4.00 $11,600.00 7 3212.0101 6" Conc Pvmt 32 13 13 SY 19270 $37.50 $722,625.00 8 3213.0105 10" Conc Pvmt (Sendera Ranch Blvd) 32 13 13 SY 2700 $64.00 $172,800.00 9 3213.0301 4" Conc Sidewalk 32 13 20 SF 9000 $3.50 $31,500.00 10 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 8 $1,800.00 $14,400.00 11 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 8 $1,500.00 $12,000.00 12 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 136 $30.00 $4,080.00 13 3217.0002 4" SLD Pvmt Marking HAS (Y) 32 17 23 LF 840 $2.00 $1,680.00 14 3291.0100 Topsoil 32 91 19 CY 202 $24.00 $4,848.00 15 3292.0100 Block Sod Placement 32 92 13 SY 1212 $8.00 $9,696.00 16 3305.0204 Imported Embedment/Backfill, Crushed Rock 33 05 10 SY 28 $24.00 $672.00 17 9999.0015 6" Temporary Non-Reinforced Conc Pvmt 00 00 00 SY 522 $32.00 $16,704.00 18 9999.0016 Construct Type III Barricade 00 00 00 EA 1 $500.00 $500.00 19 9999.0017 Construct Std. Pvmt. Header 00 00 00 LF 28 $20.00 $560.00 20 9999.0018 Stop Signs (R1-1)00 00 00 EA 8 $750.00 $6,000.00 21 9999.0019 Street Name Blade (D3-1)00 00 00 EA 24 $200.00 $4,800.00 22 9999.0020 5" 3000 P.S.I. Class "A" Concrete 00 00 00 SY 28 $30.00 $840.00 23 9999.0021 Remove Barricade & Connect to Existing Pavement 00 00 00 EA 6 $500.00 $3,000.00 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT IV: PAVING IMPROVEMENTS $1,169,681.43 UNIT IV: PAVING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP-Phase III-3B.xlsx 00 42 43 DAP - BID PROPOSAL Page 5 of 6 Bidlist Item No.Description Bid Quantity SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Unit Price Bid Value Project Item Information Bidder's Proposal Specification Section No.Unit of Measure SENDERA RANCH PHASE 3 SECTION 3B 1 2605.3015 2" CONDT PVC SCH 80 (T)26 05 33 LF 3415 $12.00 $40,980.00 2 3441.1409 #8 XHHW 34 41 10 LF 3415 $3.50 $11,952.50 3 3441.3002 Rdwy Illum Assembly TY 8,11,D-25, and D-30 34 41 20 EA 34 $2,000.00 $68,000.00 4 3441.3201 LED Lighting Fixture (50W)34 41 20 EA 34 $600.00 $20,400.00 5 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 34 41 20 EA 34 $1,000.00 $34,000.00 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $175,332.50 UNIT V: STREET LIGHTING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP-Phase III-3B.xlsx 00 42 43 DAP - BID PROPOSAL Page 6 of 6 Bidlist Item No.Description Bid Quantity SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Unit Price Bid Value Project Item Information Bidder's Proposal Specification Section No.Unit of Measure SENDERA RANCH PHASE 3 SECTION 3B This Bid is submitted by the entity named below: BIDDER:BY: Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth, TX 76119 TITLE: DATE: END OF SECTION $1,169,681.43 $2,817,339.43Total Construction Bid $175,332.50 UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS $221,220.00 $576,779.50 $674,326.00 UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS Bid Summary UNIT I: WATER IMPROVEMENTS President Brock Huggins Contractor agrees to complete WORK for FINAL ACCEPTANCE within working days after the date when the CONTRACT commences to run as provided in the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP-Phase III-3B - 20210407.xlsx 200 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 DAP - PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work T e" box rovide the com lete ma'or work � e and actual descri tion as rovided b� the Water De artment for water and sewer and TPW for . avin . Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution System - Conatser Construction TX, L.P. 10/31/2021 New Construction, All Sizes Sewer Collection System - New Conatser Construction TX, L.P. 10/31/2021 Construction, All Sizes Concrete Paving Construction - Conatser Construction TX, L.P. 10/31/2021 Unlimited Area Roadway & Pedestrian Lighting Conatser Construction TX, L.P. 10/31/2021 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth, TX 76119 BY: Broc:-k t-t�-tgg i r� S � (Signature) TITLE: [��SICI�YI-�- DATE: � �2��Zo�,1 END OF SECTION CIN OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFIfATION STATEMENT—OEVELOPER AWARDED PROJECTS 00 4512_Prequalification Statement 2015 DAP Form Version September 1, 2015 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 103121. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Conatser Construction TX L.P. By: {�1�1 �j(� Company (Please nnt) 5327 Wichita Street Signature: ��� �.._,� Address Fort Worth, TX 76119 Title: $I C�eilt" City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT �� BEFORE ME, the undersigned authority, on this day personally appeared �-.�C-I�L. �11�.C�[�►�IVS , known to me to be the person whose name is subscribed to the foregoing instrument. and acknowledged to me that he/she executed the same as the act and deed of Pr�si der�i- for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ��' day of ru �... , 2� . 34 • 35 36 �n�otham m Hi99 3� �o�"'�� `�"°��, A y gy�e of Texas Notary Pu � c in an , State of Texas ■x:' NotarY Public� �0712024 38 * �, res � .y m. EzPI � 898312.6 �r'••-....� NotarylD 2 39 ��OF " OF SECTION 40 CITY OF FORT WORTH Sendera Phase III — 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN ]03121 Revised Apri12, 2014 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised June 16, 2016 SECTION 00 52 43 1 AGREEMENT 2 3 THIS AGREEMENT, authorized on ______________is made by and between the Developer, 4 GBTM Sendera, LLC, authorized to do business in Texas (“Developer”), and Conatser 5 Construction TX, L.P., authorized to do business in Texas, acting by and through its duly 6 authorized representative, (“Contractor”). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 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 Sendera Phase III – 3B______________________________________________________ 16 CPN 103121 _________________________________________________________________ 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 200 working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer One Thousand Dollars ($1,000.00) for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. 37 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised June 16, 2016 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Two Million, Eight Hundred Seventeen Thousand, 40 Three Hundred Thirty-Nine Dollars and Forty-Three Cents ($2,817,339.43). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker’s Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project’s Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 75 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised June 16, 2016 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by any act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is alleged or 93 proven that all or some of the damages being sought were caused, in whole or in part, 94 by any act, omission or negligence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. 116 00 52 43 - 4 Developer Atvarded Projcct Agreement Page 4 of 4 117 ] 18 7.6 Authority to Sign. 119 120 121 122 123 124 125 126 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WIT'NESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date") Contractor: Develo er: - �/ ( ���kS�'� CcOYlS'#ti'LdC�i iCYI l X¢j„ .p p �y J� I (�� � �C; _ ' (�r� f /� �7"� �a ,, B}�: ;/; ,..� _ �_�__ (S ign'��� e) _�C:.�- i�..1C� '��._ ` (Printed Name) Title: {�t"-PS � C�-�i(j�}- Company Name: Conatser Construction TX, L.P. Address: 5327 Wichita Street Cit�/State/ZiG,: Fort Worth, TX 76119 �'( �2��Zoz1 Date 127 (Signature) �— /( ��JLJI: —=��� -� (Printed Name) Title: f �� _ J �,� �% � ,� �� Company Name: GBTM Sendera, LLC Address: 2805 N Dallas Parkwa� , Suite 400 Cit�/State/Zii�: Plano, Texas 75093 Date � ����� CITY OF PORT WORTH Sendera Phase III — 3E3 STANDARD CONSTRUC"170N SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJEC'CS CPN ]03121 Revised June 16,2016 POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE No. BI-7280j-el NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Sophinie Hunter; Robbi Morales; Kelly A. Westbrook; Tina McEwan; Joshua A. Saunders; or Tonie Petranek of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behaif of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no autharity to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. W VJITNESS V�'HEEREOF, the Compaay has caused these presents to.b@ signed and attested by its appropriate afficers and zts corporate sealheretmta affuced t�us znd day of ,lune �, f 2020 . �" U�a "' Attest � Berklcv Insurance �ompany ��,4 c�°�, . � � ; r � � 5 I. ,oi '{ �� f _ �y ; ,. • f �� 19�5 , '� , I: • . �dezman Je, y j� . after �:iA�p�, Executive Vice President & Secretary S� i` c��resident -�.___ -- STAT� OF CO'y1�ECTICLrT ) ) ss: CO�J14'TY OE �'AIltF�ELD ) Swom to '6efore me, a Notaty Public in the State of Connecticvt, t5is 2nd day of June . 2020 , by Ira S. Ledtrnzan and Jeffrey Ivi. H�fter who are sworn to me tn be the Executive Vice President � Secretary, and �^ Senior Vice Presidcnt, respectively, of Berkley Insurance Company. Mnaia c Aunmfl,�� f/��- ���� NOTARY PUB: (C COAtNEG71CUT �CO,�wHt�� �z4�� ot ryi'ublic; State of Corunecticut CERTIFICATE I, the undersi�ed, Assistant Secretaty of BERKLEY INSURAi�cFCE COMPANY, DO HEItEBY CEkT"TF'X that ttie foregoing is a true, carr�at aad complete copy of the original Power of Att�mey; that said Power of Attamey bas not t�een revaketi or rescixac�ed an�..�rat-rl�e autharity of the Afitnrney-in-Fact set fortl� therem, who axecuted the bond or andertaking to which this Fower of I�;�,��N�? �:ached, is in full force and effect as of this date. I �; : �.� ,� �"�; � �,-uader my hand and seal ofthe Company, tlus day oi , s S1�.r1I„ � . � 19�5 � � �°�tnwa�`` Vincent P. Forfe lMP�RTANT NOTiCE To obtain ir�formation or make a complaint: You may cail Berkley Surety Group, LLC and its affiEiates by tefephone for informafEot� or to make a complaint: BERKLEY SURETY GROUP, LLC Pfease send al! notices of cfaim on this bond to: Berkley Surety Group, LLC �866) 768-3534 412 Mo�nt Kemble Avenue, Suite 3'f QN Morr�sfiown, N�J 0796� A�tn: Surety Claims Department You may contaci fihe Texas Department of insurance to ob�ain information on companies, coverages, righ�s or comp[ainfs at: 1-800-252-3439 You may wr�te the Texas Department of Insurance: P. O. Box '149104 AUStf I�, TX 787'I 4-9104 Fax: (5'S 2) 475-1771 Web: http://www.tdi.state.tx.us_ E-mai1: ,ConsumerPro�ec�ionC�tdi.s�afie.tx.us PREMIUM OR CLAIM DfSPUTES: Should you have a dispute conce�ning your premium or abou�E a claim you should contact your ag�nt Qr ��rkl�y Surety Group, LLC first. lf the dispute is nof resolved, you may contacf #he Texas Departmen� of Insura�ce. ATTACH TH{S iVOTICE TO YOUR BOND: This notice is for information only and does nofi become a par� or condition of the attached ciocumenf and is given to compfy wifh Texas legal and reguiatory requiremenfs. � 00 62 13 - 1 PERFORMANCE BOND Page 1 of 2 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised January 31, 2012 SECTION 00 62 13 1 PERFORMANCE BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 7 That we, Conatser Construction TX, L.P., known as “Principal” herein and Berkley 8 Insurance Company, a corporate surety (sureties, if more than one) duly authorized to do business 9 in the State of Texas, known as “Surety” herein (whether one or more), are held and firmly bound 10 unto the Developer, GBTM Sendera, LLC, authorized to do business in Texas (“Developer”) and 11 the City of Fort Worth, a Texas municipal corporation (“City”), in the penal sum of, Two Million, 12 Eight Hundred Seventeen Thousand, Three Hundred Thirty-Nine Dollars and Forty-Three Cents 13 ($2,817,339.43), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas for the payment of which sum well and truly to be made jointly unto the Developer and the 15 City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities 19 Agreement, CFA Number 21-0008; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the _____ day of ________________, 20___, which Contract is hereby referred to and made a 22 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Sendera Phase III – 3B. 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 shall faithfully perform it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the Developer and/or City, then this 30 obligation shall be and become null and void, otherwise to remain in full force and effect. 31 OU6213-2 PERFORMANCE BOND Page 2 of 2 1 PROViDED FURTHER, that if any legai action be filed on this Bond, venue shall lie in 2 Tarrant C�unty, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in eompliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond sha11 be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 2�i'' da�� of 9 ��'�- , 20 2l . 10 ll 12 l3 14 IS 16 17 18 19 20 2] 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4b 47 ATTEST: � (Principal) Secreta . ��— � Witness as to Principal --�..� � tness as to Surety PRINCIPAL; C natser Construction TX L.P. � BY: Signature � Brock Hug�ns, President Name and Title Address: 5327 Wichita Street _Fort Worth. TX 76I I 9 SURE7'Y: Berkle.• Insurance Com an � BY•���' -c ���e "� Signature Robbi Morales, Attorney-in-fact Name and Title Address: 5405 LBJ Freew • Suite 1500_ Dallas. TX 75244 Telephone Number: 214/989-0000 *Note: If signed by an officer of the Surety Company, there must be on fi1e a certified exiract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Sendera Phase III — 3B STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CPN ]0312] Revised January 31, 2U12 00 62 14 - 1 PAYMENT BOND Page 1 of 2 ICITY OF FORT WORTH Sendera Phase III – 3B STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised January 31, 2012 SECTION 00 62 14 1 PAYMENT BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 7 That we, Conatser Construction TX, L.P., known as “Principal” herein, and Berkley 8 Insurance Company, a corporate surety (or sureties if more than one), duly authorized to do 9 business in the State of Texas, known as “Surety” herein (whether one or more), are held and 10 firmly bound unto the Developer, GBTM Sendera, LLC, authorized to do business in Texas 11 “(Developer”), and the City of Fort Worth, a Texas municipal corporation (“City”), in the penal 12 sum of Two Million, Eight Hundred Seventeen Thousand, Three Hundred Thirty-Nine Dollars 13 and Forty-Three Cents ($2,817,339.43), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto 15 the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities 19 Agreement, CFA Number 21-0008; and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the ________day of ______________________, 20_____, which Contract is hereby 22 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 23 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 24 Work as provided for in said Contract and designated as Sendera Phase III – 3B. 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 006214-2 PAYMENTBOND Page 2 of 2 0 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Govemment Code, as amended, and all liabilities on this bond shall be determined in �a 1 � 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 authorized agents and officers on this the Z.�i'' day of 6 �kPrt.7..1- . 20 2 l . � ATTEST: w (Principa!) Secretar► l��— �.�.e� Witness as to Principai ATTEST: r] � c. _� (Surety) Secretary itness as to Surety 8 9 10 t� 12 13 PRIl'�TCIPAL: Conatser Construction TX L.P. , - BY� Signature Brock Hu � ins, President Name and Title Address: 5327 Wichita Street Fort Worth. TX 761 l9 SURETY: Berklev lnsurance Companv � BY: l"�-�a-��� ' ��� Signature Robbi Morales, Attorney-in-fact Name and Title Address: 5005 LBJ Freewa , Suite ] 500 Dallas TX 75244 Telephone Number: 214/989-0000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION ICITY OF FORT WORTH Sendera Phase III — 3B STANDARD CITY CONDITIONS — DEVELOPEA AWAS�ED PRUJ£C'CS CPN 103121 Revised January 31, 2012 00 62 19 - 1 MAINTENANCE BOND Page 1 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised January 31, 2012 SECTION 00 62 19 1 MAINTENANCE BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 7 That we, Conatser Construction TX, L.P., known as “Principal” herein and Berkley 8 Insurance Company, a corporate surety (sureties, if more than one) duly authorized to do business 9 in the State of Texas, known as “Surety” herein (whether one or more), are held and firmly bound 10 unto the Developer, GBTM Sendera, LLC, authorized to do business in Texas (“Developer”) and 11 the City of Fort Worth, a Texas municipal corporation (“City”), in the sum of Two Million, Eight 12 Hundred Seventeen Thousand, Three Hundred Thirty-Nine Dollars and Forty-Three Cents 13 ($2,817,339.43), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas, for payment of which sum well and truly be made jointly unto the Developer and the City 15 as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, 16 successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number 21-0008; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the_____ day of , 20 , which Contract is 23 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment labor and other accessories as defined by law, in the prosecution of the 25 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 26 the “Work”) as provided for in said Contract and designated as Sendera Phase III – 3B and 27 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two (2) years 31 after the date of Final Acceptance of the Work by the City (“Maintenance Period”); and 32 33 00 62 19 - 2 MAINTENANCE BOND Page 2 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised January 31, 2012 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 1 upon receiving notice from the Developer and/or City of the need thereof at any time within the 2 Maintenance Period. 3 4 NOW THEREFORE, the condition of this obligation is such that if Principal shall 5 remedy any defective Work, for which timely notice was provided by Developer or City, to a 6 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 7 remain in full force and effect. 8 9 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 10 noticed defective Work, it is agreed that the Developer or City may cause any and all such 11 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 12 by the Principal and the Surety under this Maintenance Bond; and 13 14 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 15 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 16 Worth Division; and 17 18 PROVIDED FURTHER, that this obligation shall be continuous in nature and 19 successive recoveries may be had hereon for successive breaches. 20 21 22 23 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SBALED this 2 instrument by duty authorized agents and offcers on this the Z.�t'' day of 3 �tPR'�- , 20 2l . . 4 5 6 7 S 9 10 ll 12 l3 14 IS ]6 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: �_ (Principal) Secretary r� Witness as to Principal ATTEST: �' `' _ _ (Surety ecretary ' n s as to Surety PRINCIPAL: Conatser Construction TX, L.P ♦ BY: Signature Brock Huggins, President Name and Title Address: 5327 Wichita Street Fort Worth, TX 76119 SURETY: _ Berkl • Insurance Com an By:� v, - � ,,.,���/ Signature Robbi Morales, Attorney-in-fact Name and Title Address: _ 5005 LBJ Freeway. Suite 1500 Dallas. TX 75244 Telephone Number: 214/989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obtigation. (f Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CI'C1' OF FORT WORTH Sendera Phase I[I — 3B STANDARD CITY CONDITIOIVS — DEVELOPER AWARDED PROJGCTS CPN f 03121 Revised January 3l, 2012 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: ___NONE______________________________________________________ 2.The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3.The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a.General Aggregate: __________NONE__________________________ b.Each Occurrence: : __________NONE__________________________ 4.With respect to the above outlined insurance requirements, the following shall govern: a.Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b.Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- 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 X 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 X 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 Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 103121 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 Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 103121 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 Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 103121 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 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 SECTION 01 25 00 2 SUBSTITUTION PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 – General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. No 22 separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or catalog 31 numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, if a reduction in cost or time results, it will 46 be documented by Change Order. 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 4. Substitution will be rejected if: 2 a. Submittal is not through the Contractor with his stamp of approval 3 b. Request is not made in accordance with this Specification Section 4 c. In the Developer’s opinion, acceptance will require substantial revision of the 5 original design 6 d. In the City’s or Developer’s opinion, substitution will not perform adequately 7 the function consistent with the design intent 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. In making request for substitution or in using an approved product, the Contractor 13 represents that the Contractor: 14 1. Has investigated proposed product, and has determined that it is adequate or 15 superior in all respects to that specified, and that it will perform function for which it 16 is intended 17 2. Will provide same guarantee for substitute item as for product specified 18 3. Will coordinate installation of accepted substitution into Work, to include building 19 modifications if necessary, making such changes as may be required for Work to be 20 complete in all respects 21 4. Waives all claims for additional costs related to substitution which subsequently 22 arise 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED 9 ITEM 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better (explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended 38 as noted 39 40 Firm Not recommended Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the delivery of the 28 distribution package to the City. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Developer and Consultant 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 e. Other City representatives 14 f. Others as appropriate 15 4. Preliminary Agenda may include: 16 a. Introduction of Project Personnel 17 b. General Description of Project 18 c. Status of right-of-way, utility clearances, easements or other pertinent permits 19 d. Contractor’s work plan and schedule 20 e. Contract Time 21 f. Notice to Proceed 22 g. Construction Staking 23 h. Progress Payments 24 i. Extra Work and Change Order Procedures 25 j. Field Orders 26 k. Disposal Site Letter for Waste Material 27 l. Insurance Renewals 28 m. Payroll Certification 29 n. Material Certifications and Quality Control Testing 30 o. Public Safety and Convenience 31 p. Documentation of Pre-Construction Conditions 32 q. Weekend Work Notification 33 r. Legal Holidays 34 s. Trench Safety Plans 35 t. Confined Space Entry Standards 36 u. Coordination with the City’s representative for operations of existing water 37 systems 38 v. Storm Water Pollution Prevention Plan 39 w. Coordination with other Contractors 40 x. Early Warning System 41 y. Contractor Evaluation 42 z. Special Conditions applicable to the project 43 aa. Damages Claims 44 bb. Submittal Procedures 45 cc. Substitution Procedures 46 dd. Correspondence Routing 47 ee. Record Drawings 48 ff. Temporary construction facilities 49 gg. MBE/SBE procedures 50 hh. Final Acceptance 51 ii. Final Payment 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 jj. Questions or Comments 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] 11 PART 3 - EXECUTION [NOT USED] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 14 Sendera Phase III – 3B CPN 103121 Sendera Phase III – 3B CPN 103121 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 SECTION 01 33 00 2 DAP SUBMITTALS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) “By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City’s Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City’s Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City’s Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor’s risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City’s 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative’s then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City’s 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the Developer at least 7 Calendar Days prior to release for 49 manufacture. 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August 30, 2013 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 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 Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 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 Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 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 Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 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 Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 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 Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 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 Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised August, 30, 2013 1 EXHIBIT B 2 3 4 Sendera Phase III – 3B CPN 103121 Sendera Phase III – 3B CPN 103121 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised JULY 1, 2011 1 SECTION 01 50 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 – General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City’s Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised JULY 1, 2011 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City’s 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised JULY 1, 2011 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised JULY 1, 2011 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised July 1, 2011 1 SECTION 01 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 – General Requirements 15 3. Section 34 71 13 – Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised July 1, 2011 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor’s responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised July 1, 2011 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised July 1, 2011 1 SECTION 01 57 13 2 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 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 11 Contract 12 2. Division 1 – General Requirements 13 3. Section 31 25 00 – Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised July 1, 2011 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 31 25 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 31 25 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised July 1, 2011 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 Sendera Phase III – 3B CPN 103121 Sendera Phase III – 3B CPN 103121 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 SECTION 01 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 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 Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer’s recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer’s recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City’s Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City’s Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers’ unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City’s Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City’s 38 Project Representative. 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 1 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH Sendera Phase III-3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103121 Revised April 7, 2014 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor’s personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor’s operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor’s personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor’s operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor’s personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor’s personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor’s personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor’s 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH Sendera Phase III-3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103121 Revised April 7, 2014 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor’s personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor’s 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor’s personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 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 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under “Measurement” will be paid for at the unit 40 price per each “Specified Remobilization” in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH Sendera Phase III-3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103121 Revised April 7, 2014 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under “Measurement” will be paid for at the unit 14 price per each “Work Order Mobilization” in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under “Measurement” will be paid for at the unit 29 price per each “Work Order Emergency Mobilization” in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH Sendera Phase III-3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103121 Revised April 7, 2014 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 7 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 SECTION 01 74 23 2 CLEANING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re-seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 26 that may hinder or disrupt the flow of traffic along the roadway. 27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 28 junction boxes and inlets. 29 4. If no longer required for maintenance of erosion facilities, and upon approval by 30 City, remove erosion control from site. 31 5. Clean signs, lights, signals, etc. 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 38 39 40 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 3 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 SECTION 01 77 19 2 CLOSEOUT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City’s Project Representative. 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) 11 f. Contractor’s Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 29 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 SECTION 01 78 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 ½ inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer’s printed data, or neatly typewritten 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 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 8 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City’s Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum clearly mark any deviations from Contract Documents 11 associated with installation of the infrastructure. 12 4. Making entries on Drawings 13 a. Record any deviations from Contract Documents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15 change by graphic line and note as required. 16 c. Date all entries. 17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 5. Conversion of schematic layouts 21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 22 ducts, and similar items, are shown schematically and are not intended to 23 portray precise physical layout. 24 1) Final physical arrangement is determined by the Contractor, subject to the 25 City's approval. 26 2) However, design of future modifications of the facility may require 27 accurate information as to the final physical layout of items which are 28 shown only schematically on the Drawings. 29 b. Show on the job set of Record Drawings, by dimension accurate to within 1 30 inch, the centerline of each run of items. 31 1) Final physical arrangement is determined by the Contractor, subject to the 32 City's approval. 33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 34 ceiling plenum", "exposed", and the like). 35 3) Make all identification sufficiently descriptive that it may be related 36 reliably to the Specifications. 37 c. The City may waive the requirements for conversion of schematic layouts 38 where, in the City's judgment, conversion serves no useful purpose. However, 39 do not rely upon waivers being issued except as specifically issued in writing 40 by the City. 41 B. Final Project Record Documents 42 1. Transfer of data to Drawings 43 a. Carefully transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as required. 45 b. Clearly indicate at each affected detail and other Drawing a full description of 46 changes made during construction, and the actual location of items. 47 c. Call attention to each entry by drawing a "cloud" around the area or areas 48 affected. 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH Sendera Phase III – 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103121 Revised April 7, 2014 1 d. Make changes neatly, consistently and with the proper media to assure 2 longevity and clear reproduction. 3 2. Transfer of data to other Documents 4 a. If the Documents, other than Drawings, have been kept clean during progress of 5 the Work, and if entries thereon have been orderly to the approval of the City, 6 the job set of those Documents, other than Drawings, will be accepted as final 7 Record Documents. 8 b. If any such Document is not so approved by the City, secure a new copy of that 9 Document from the City at the City's usual charge for reproduction and 10 handling, and carefully transfer the change data to the new copy to the approval 11 of the City. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application 24 GC-4.02 Subsurface and Physical Conditions Page 1 of 1 Ventana Phase 5A CPN 102574 GC-4.02 SUBSURFACE AND PHYSICAL CONDITIONS Primrose Crossing Phase 7 CPN 102722 Sendera Ranch East Phase 23 City Project No. 102553 '' � FINAL GEOTECHNICAL EXPLORATION SENDERA RANCH III — 3B Off Sendera Ranch Boulevard Fort Worth, Texas ALPHA Report No. W202413 October 20, 2020 Prepared for: GBTM SENDERA, LLC 2805 North Dallas Parkway, Suite 400 Plano, Texas 75093 Attention: Mr. Bobby L. Samuel III Prepared By: ALPHA ��TESTING � WHERE IT ALL BEGINS A � � � � �� � � � � � � � Geotechnica/ 5058 Brush Cr•eek Road Tel.• 817-496-5600 � Co�:strrrctio�r Mnter•iaLs Foi�t Worth, Texas 76119 Fax: 817-496-5608 Environnienttt/ x�ww.alphatesting.com WHERE IT ALL BEGINS TBPEFirmNo.813 October 20, 2020 GBTM Sendera, LLC 2805 North Dallas Parkway, Suite 400 Plano, Texas 75093 Attention: Mr. Bobby L. Samuel III Re: Final Geotechnical Exploration Sendera Ranch III — 3B Off Sendera Ranch Boulevard Fort Worth, Texas ALPHA Report No. W202413 Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Bobby Samuel on September 3, 2020 and performed in accordance with ALPHA Proposal No. 79290, dated August 25, 2020. The purpose of this report is to include information from five (S) supplemental borings (Borings 35 through 39) which were performed to update recommendations provided in ALPHA Report No. WI50708 dated May 11, 201 S. Grading plans dated October 2020 were also incorporate into the updated recommendations. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of residential foundations. ALPHA TESTING, INC. appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing the final geotechnical exploration, please contact our office. Sincerely, ALPHA TESTING, INC. I �V � Kimberly Fyffe Geotechnical Project Manager { ���:�� OF ����� ��f � ;+� : � i . � �� . i * ,� '• * � ...�.�BRIAN J. hi�YT...... �i�+�:�' ������s�� ::�r. ����'�;• .�.������ -����' ��� ��� ��� �+�� October 20, 2020 ��� � Brian J. Hoyt, P.E. Geotechnical Department Manager KLF/BJH/en Copies: (1-PDF) Client '' � TABLE OF CONTENTS ALPHA REPORT NO. W202413 l.0 PURPOSE AND SCOPE .................................................................................................... 1 2.Q PROJECT CHARACTERISTICS ...................................................................................... 1 3.0 FIELD EXPLORATION .................................................................................................... 2 4.0 LABORATORY TESTS .................................................................................................... 2 5.0 GENERAL SUBSURFACE CONDITIONS ...................................................................... 2 6.0 DESIGN Recommendations ............................................................................................... 3 6.1 Existing Fill ............................................................................................................. 3 6.2 Slab Foundations and Subgrade Improvements to Reduce Movements ................. 4 6.2.1 Subgrade Improvement Using Moisture Conditioning inZones II and III ........................................................................................ 5 6.3 Post-Tensioning Institute, Design of Post-Tensioned Slabs-on-Grade ................... 6 6.4 Drainage and Other Considerations ........................................................................ 6 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES ............................. 7 7.1 Site Preparation and Grading .................................................................................. 8 7.2 Foundation Excavations .......................................................................................... 9 7.3 Fill Compaction ...................................................................................................... 9 7.4 Utilities ..................................................................................................................10 7.5 Groundwater ......................................................................................................... 11 8.0 LIMITATIONS .................................................................................................................11 APPENDIX A-1 Methods of Field Exploration Baring Location Plan — Figure 1 B-1 Methods of Labaratory Testing Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W202413 1.0 PURPOSE AND SCOPE '' � The purpose of this geotechnical eXploration is for ALPHA TESTING, INC. (ALPHA) to evaluate for GBTM Sendera, LLC (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. In addition, results of a Final Geotechnical Exploration performed at the site (Alpha Report No. W 150708 dated May 11, 2015) were reviewed and incorporated into this current study. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. 2.0 PROJECT CHARACTERISTICS It is proposed to develop a residential subdivision (Sendera Ranch, Phase III Section 3B) on a tract of land generally located north of Falling Water Trail and Zanna Grace Way, extending about 2,500 ft east of future extension of Sendera Ranch Boulevard in Fort Worth, Texas. A site plan illustrating the general outline of the property is provided as Figure 1, the Baring Location Plan, in the Appendix. At the time the field exploration was performed, the site was a mostly open field with some scattered trees. Stockpiles of fill material were observed in the western portion of the site and also along the middle portion of the southern site boundary. Construction debris, concrete rubble and trash were observed in some of the fill stockpiles. No information regarding previous earthwark or other development on the site was provided to us. Review of grading plans prepared by LJA Engineering, Inc. (LJA Proj ect No. NT340-0112, sheets 38 through 42 dated October 2020) indicates the site generally slopes down towards the east about 49 ft(Approximate Elevation: 824 ft to Approximate Elevation: 775 ft). The referenced grading plans also indicate cuts of up to 10 ft and fills of up to 7 ft will be required to achieve final grade in the building pads. 1 ALPHA Report No. W202413 '' � Present plans provide for the construction of new residences. The new structures are anticipated to create light loads to be carried by the foundations. It is also anticipated the new structures will be supported using slab-on-grade foundations designed for post construction movements of 4'/2 inches or less. 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of five (5) supplemental test borings to a depth of about 20 ft each. In addition, borings previously drilled for the referenced Geotechnical Study (ALPHA Report No. W 150708 dated May 11, 2015) were reviewed and incorporated into this study. The test borings were performed in general accordance with ASTM Standard D 420 using standard rotary drilling equipment. The approximate location of each test boring is shown on the Boring Location Plans, Figures lA and 1B, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on Log of Boring sheets included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, these boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on Log of Boring sheets or on summary data sheets enclosed in the Appendix. 5,0 GENERAL SUBSURFACE CONDITIONS Based on geological maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the site lies within the Fort Worth Limestone and Duck Creek geological formations mapped as undivided. This undivided formation generally consists of limestone and marl. The residual overburden soils associated with this undivided formation generally consist of clay soils characterized by moderate to high shrink-swell potential. Subsurface conditions encountered in Boring 35 generally consisted of clay extending to the 20 ft termination depth. Subsurface conditions encountered in Borings 36 through 39 generally consisted of clay to depths of about 4 ft to 12 ft below the ground surface, underlain by limestone extending to the 20 ft termination depth of the borings. The upper 8 ft of clay encountered in Boring 35 was visually classiiied as iill material. More detailed stratigraphic information is presented on the attached Log of Boring sheets. Most of the materials encountered in the borings are considered relatively impermeable and are expected to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. 2 ALPHA Report No. W202413 '' � Free groundwater was not encountered in the borings. However, it is common to encounter seasonal groundwater in fill materials, from natural fractures within the clayey matrix, at the soiUrock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the boring logs provided in the Appendix. Further details concerning subsurface materials and conditions encountered can be obtained from the Log of Boring sheets provided in the Appendix. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). If project criteria change, our of�ce should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final building plans and specifications for review prior to construction. The following recommendations are based on grading plans referenced in Section 2.0. Cutting and filling on the site other than depicted on the referenced grading plans can alter the recommended foundation design parameters. Therefore, it is recommended our office be contacted before performing other cutting and filling on site to verify appropriate design parameters are utilized for final foundation design. Also, our office should be provided with final grading plans for the southwestern portion of the site to verify our recommendations. 6.1 Existin� Fill Existing fill was encountered to a depth of about 2 ft below the ground surface in Borings 9 and 10 drilled for the initial referenced study. Also, as discussed in Section 5.0, the upper 8 ft of clay encountered in Baring 35 was visually identified as fill material. Boring 35 was drilled in the vicinity of previously drilled Boring 3 where fill material was not identified in the boring. Therefare, it appears the depth of fill is highly variable in some areas of the site. It is not known if this fill was placed under engineering supervision with compaction records. If compaction records for this fill cannot be obtained, the existing fill should be considered as uncontrolled fill. Uncontrolled fill is generally not considered suitable for support of slab foundations due to the risk of under-compacted zones resulting in failures of weak soil and/or indeterminate levels of settlement. Any existing uncontrolled fill should be removed from the building pad area and replaced with engineered iill as recommended in Section 6.2 or Section 7.3 as applicable. As discussed, construction debris, concrete rubble and trash were observed at the surface of some of the existing fill stockpiles. These materials will require sorting and/or removal from the site. Some of the remaining existing fill materials may be suitable for reuse as engineered fill provided they are free of organics, boulders, rubble, and other debris. 3 ALPHA Report No. W202413 '' � The lateral extent, depth and nature of the existing fill are not known. Test pits could be performed prior to construction to verify the presence, lateral extent, depth, and nature of the existing fill materials. ALPHA would be pleased to provide this service if desired. 6.2 Slab Foundations and Sub�rade Improvements to Reduce Movements Slab-on-grade foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable bearing pressure of 2.0 kips per sq ft may be used for design of grade beams bearing on undisturbed cuts in native clay, on competent limestone or on fill material placed as recommended in Section 7.3. A reduced net allowable soil bearing pressure of 1.5 kips per sq ft may be used for design of all grade beams bearing on moisture improved material placed as recommended in Section 6.2.1. Grade beams should bear a minimum depth of 12 inches below final grade and should have a minimum width of 10 inches considering the recommended bearing capacity. To reduce cracking as normal movements occur in foundation soils, all grade beams and floor slabs should be adequately reinforced. It is common to experience some minor cosmetic distress to structures with slab-on-grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slabs and subgrade soils to retard moisture migration through the slabs. Conditions encountered in the test borings, the planned cut/fill within the building pads and results of the laboratory tests reveal variations in highly expansive clay thickness and expansive properties across the site. Such variations in clay thickness and expansive properties will directly affect design parameters used for slab-on-grade foundations. Therefore, lots with apparently common average clay thickness, similar expansive clay properties and similar corresponding estimated potential movements have been grouped into Zones I, II and III and delineated on the Boring Location Plan, Figure 1. Subgrade improvement in the respective Zones (see Figure 1) should be performed using the information summarized in Table A. TABLE A Estimated Potential Seasonal Movements and Recommended Subgrade Improvement ESTIMATED ZONE POTENTIAL IMPROVEMENT REQUIRED TO REDUCE MOVEMENT, MOVEMENTS TO 4'/2 INCHES INCHES I Up to 4'/z No Improvement Required II Up to 6 4 ft of Moisture Conditioning III Up to 7 6 ft of Moisture Conditioning Potential seasonal movements were estimated using results of absorption swell tests, in general accardance with methods outlined by the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in-situ soil within the normal zone of seasonal 4 ALPHA Report No. W202413 '' � moisture content change varies between a"current" condition and a"wet" condition as defined by Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade soils. Movements exceeding those predicted herein could occur if construction commences after an extended dry period, if positive drainage of surface water is not maintained or if soils are subj ect to an outside water source, such as leakage from a utility line or subsurface moisture migration from off-site locations. Potential movements of slab foundations in Zones II and III (see Figure 1 for delineation of Zones) are considered outside normal design tolerances. Movement of slab foundations in Zones II and III could be reduced to not more than 4'/z inches if the on-site soils below final grade are improved to depths below final grade as summarized in Table A by moisture conditioning then covered with an impermeable plastic barrier (polyethylene sheeting) following the recommendations provided in Section 6.2.1. In choosing moisture conditioning and placement of plastic sheeting as a method of slab movement reduction, the Client is accepting some post construction movement of slabs (about 4'/z inches). Therefore, the Client understands and acknowledges that in the geographical region covered by this report, a potential movement of 4'/z inches is considered a reasonable compromise between foundation design and construction cost and the amount of allowable movement of the foundation. The presence of shallow limestone in some areas of the site and limestone near planned final grades in other areas could complicate the injection process. Therefore, water pressure injection is not considered practical for this site. If water pressure injection recommendations are desired, our office should be contacted. Please note, improvement of the existing soils using moisture conditioning with plastic sheeting is intended only for the designated building pad areas plus 5 ft beyond the building pad limits, and not the entire residential lot. Accardingly, planned residences must be exclusively constructed within the designated building pads. The purpose of the plastic sheeting is to maintain the moisture of the underlying soils relatively the same from the time the plastic sheeting is placed through the time the foundation is placed. This plastic sheeting is not intended as a moisture barrier component for the actual foundation. Any such requirements should be addressed by the designer of the foundation, and should be followed by the builder. Prior to building on the improved designated building pad area, a surveyor should verify the lateral extent of the plastic sheeting and to confirm that no portion of the new residences will extend beyond the limits of the designated building pad. If any part of the slab footprint extends beyond the designated building pad, ALPHA should be contacted for additional design recommendations. In choosing moisture conditioning and placement of plastic sheeting as a method of slab movement reduction, the Client is accepting some post construction movement of slabs (about 4%z inches). Therefore, the Client understands and acknowledges that in the geographical region covered by this report, a potential movement of 4'/z inches is considered a reasonable compromise between foundation design and construction cost and the amount of allowable movement of the foundation. 6.2.1 Subgrade Improvement Usin� Moisture Conditioning in Zones II and III Estimated potential movements of slab foundations in Zones II and III could be reduced to about 4'/z inches by moisture-conditioning the upper 4 ft and 6 ft of on-site soils below final grade, respectively, as recommended in Table A. 5 ALPHA Report No. W202413 '' � Limestone could be encountered within the recommended depth of moisture conditioning, particularly at zone boundaries. Over-excavation of limestone to install moisture conditioned soil is not required. Moisture-conditioning consists of over-excavating (where necessary) and/or filling with on-site soil that is compacted at a"target" moisture content at least 5 percentage points above the material's optimum moisture content as determined by the standard Proctor method (ASTM D 698). The moisture-conditioned soil should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density. Moisture- conditioning with on-site soil should extend throughout the entire building pad area and at least 5 ft beyond the perimeter of the final designated building pad. Plastic sheeting (6 to 8 mil thickness) should be placed above the moisture-conditioned soil for long-term maintenance of the moisture content of the conditioned soil. This sheeting should be placed 8 to 12 inches below final grade and should also extend at least 5 ft beyond the perimeter of the building pad. Following completion of moisture-conditioning and placement of the plastic sheeting as described herein, estimated movements of the slab foundations should not exceed about 4'/2 inches. The purpose of moisture-conditioning is to reduce the free swell of the moisture- conditioned soils to 1 percent or less. Additional laboratory tests (i.e., standard Proctors, absorption swell tests, etc.) should be conducted during construction to verify that the "target" moisture content for moisture-conditioning (estimated at 5 percentage points above the material's optimum moisture content as defined by ASTM D 698) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. Moisture conditioning should be observed and tested on a full time basis by a representative of ALPHA to verify the moisture conditioned clays are placed with the proper lift thickness, moisture content, and density. 6.3 Post-Tensioning Institute, Design of Post-Tensioned Slabs-on-Grade Design parameters in Table B were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). TABLE B PTI Design Parameters Potential Seasonal Movement = 4'/2 inches In Zone I and after sub rade im rovement discussed in Section 6.2 in Zones II and III EDGE LIFT CENTER LIFT Edge Moisture Distance, ft(em) 4.0 7.5 Differential Soil Movement, inches (y,n) 2.2 (swell) 1.6 (shrink) 6.4 Draina�e and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the structures should be sloped away from the buildings to prevent ponding of water around the foundations. Final grades within 5 ft � ALPHA Report No. W202413 '' � of the structures should be adjusted to slope away from the structures at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structures is essential. In areas with pavement or sidewalks adjacent to the new structures, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post-construction movement of pavement and flat-work is common. Normal maintenance should include examination of all joints in paving and sidewalks, etc. as well as re-sealing where necessary. Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab system: • Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 feet from the completed structures. • Large trees and shrubs should not be allowed closer to the foundations than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. • Moisture conditions should be maintained "constant" around the edge of the slabs. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report. • Planter box structures placed adjacent to the buildings should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy. � Architectural design of the floor slabs should avoid additional features such as wing walls as extensions of the slab. • The root systems from any existing trees at this site will have dried and desiccated the surrounding clay soils, resulting in soil with near-maximum swell potential. Clay soils surrounding tree root mats within the building areas ar areas covered with grade slabs (including, but not limited to, foundations, driveways, porches, patios, and sidewalks) should be removed to a depth of at least 1 ft below the bottom of the root ball and compacted in-place with moisture and density control as described in Section 7.3. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4 and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structures. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structures. 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. 7 ALPHA Report No. W202413 '' � Some construction problems, particularly degree or magnitude, cannot be anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 7.1 Site Preparation and Grading The upper 8 ft of clay encountered in Boring 35 was visually classified as fill material. Fill material was also encountered in the upper 2 ft of Boring 9 drilled for the referenced initial study. Construction debris, concrete rubble and trash were observed at the surface of some or the existing fill stockpiles on the site and we expect these materials will be encountered in some areas during general grading and excavation. The earthwork and excavation contracts should contain provision for removal of unsuitable materials in the existing fill. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of existing fill at this site. ALPHA would be pleased to provide this service if desired. Limestone was encountered within 4 ft of the ground surface in several of the borings drilled for this study and the referenced initial study. We expect limestone will be encountered during general excavation at this site. From our experience, this limestone can be hard and may be difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in this hard limestone. All areas supporting foundations, flatwork or areas to receive new fill should be properly prepared. � After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. • The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 10 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. � Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof roll should be removed and replaced with well-compacted material as outlined in Section 7.3. • Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new iill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. : ALPHA Report No. W202413 '' � Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. 7.2 Foundation Excavations All foundation excavations should be properly monitored to verify loose, soft, or otherwise undesirable materials are removed and foundations will bear on satisfactory material. Soil exposed in the base of all foundation (grade beam) excavations should be protected against detrimental change in condition, such as surface sloughing ar side disturbance, rain, or excessive drying. Surface runoff should be drained away from excavations and not allowed to pond in the bottom of the excavation. Concrete for foundations should be placed as soon as practical after the excavation is made. That is, the exposed foundation soils should not be allowed to become excessively dry ar wet before placement of concrete. 7.3 Fill Compaction The following recommendations pertain to general fill compaction. Fill placed as moisture conditioned soil within the building pad areas in Zones II and III should conform to the recommendations for moisture conditioning provided in Section 6.2. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. 9 ALPHA Report No. W202413 '' � Clay soils with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey soils used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 7.4 Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavement ove� utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching ar various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. l0 ALPHA Report No. W202413 7.5 Groundwater '' � Groundwater was not encountered in the borings for this study. However, groundwater was encountered in several of the borings drilled for the referenced initial study at depths of about 3 ft to 19 ft below the ground surface. Shallow groundwater seepage could be encountered from the subsurface stratigraphy in excavations for foundations, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is also increased where limestone is exposed in excavations and slopes or is near final grade. Subsurface drains may be required in these areas to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide these services. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable far an extended period of time after the completion date of this report. It is recommended our ofiice be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non- compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, ar reliance upon, this report. 11 ALPHA Report No. W202413 '' � Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 12 '' � AP P END I� ALPHA Report No. W202413 A-1 METHODS OF FIELD EXPLORATION '' � Using standard rotary drilling equipment, a total of five (5) test borings were performed for this geotechnical exploration at the approximate locations shown on the Boring Location Plan, Figure 1. The boring locations were staked by using a handheld GPS device or by pacing/taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of the test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the methods used to define them. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin-wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and evaluated visually. One representative portion of each sample was sealed in a plastic bag for use in future visual evaluation and possible testing in the laboratory. A modified version of the Texas Cone Penetration (TCP) test was completed in the field to determine the apparent in-place strength characteristics of the rock type materials. A 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis for TxDOT strength correlations. In this case, ALPHA TESTING, INC. has modified the procedure by using a 140-pound hammer dropping 30-inches for completion of the �eld test. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field log and are shown on the Log of Boring sheets as "TX Cone" (reference TxDOT Test Method TEX 132-E, as modified). Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our labaratory for at least 14 days and then discarded unless the Client requests otherwise. Z =��-^'�'�,. � ,. ` ,�.. � �C - . �, , i d' M �. I. � � �f m �,.1.»- p . � � h� � y . ~ , ~ c'rl : _ 1� � . M H � � �- ,�� , N y � . �, �, ' i �__ : Q� j I_' �,Q ���,.,� � � �� f J - � � - o� - ,.�_ � _ oc c� cv - , m ��-: , �� � r � ' ; �Q � 07 , �� � � �� ; _ - _ •� � `' � I...I - � i - , +� x �,,,i >- M � �, , Q' �-�— �"� M N °; .� � �_._;.� , �� ��' � '� � � 21 + �h . � Iil� ,f' � ..`��� , . �' ' H � . I II�, ` �`. .. '. � � t: .� � ��' � .,`- _ � � �� ������ � 'r , m � . /';/,i� ' - Ir ,��, � - � _� �_ - .-.� � �� -. W � ' • u , ' � .��� ' u . n f . ^ M�4 m� �� �,�_ � . � �� i" �� ' . /� y - ' +��,� � �M � . . � . + ` � � I � . . ' �. � ' �\ �. Q�� � . � . � ,1/,' r�. � �y ' • �� �. � l �v�' �. � �� .�� �`C. ' 4C.. � � . � , �' � �� � C`1 � M , '���� ,� �� N I� *:�I � � C] M� �I �..{ � � � V� _ M�l- _ y _ � , ��; r--i �".�- - �_; c� .� ~ '� n� i, � M""� � � ._ � \ 00. � , a F�I M�i . �- _ - _ �I i� � s _. � � .... � i=_ �_- _ ^_ ~, . - � �, , , cv � �� M.~„y — ~ c� N �� � m � _ � .�, m � �� � i..� - , k� `'� ` `—{ �� �; ��. I ����L ,. � : ~ ; � ►..., - ��,� ' � �� , ���� �M`�\ �r;�a� . �'� � M . . J \ M � � `�'� _ ��� � � � i ~ I::� � � � , ,�; � I����� , �� ��..� z o � z z � � Z o 0 U d F F � p C Z� O a O 0 � �r C� � �v,. c� O,o„ Z g a z C] � � � ^� W 3 � p `_ � a z � ,x, � E X� F o ° ° O 4 a z �' i a O � � �' 4r O� � W � z a ° � � # �� = � � Z �� � � � z � � �� � � Z w �� m � � J �y /'`` � U *, � � o w � � "� � w z W H�I � � OMw � ^ � O F-� Q Q � -j�, ¢ O > � � W J ,'� � N O � � � N � � z~z�° UU�"�U z pc�w�0 � O p., �w��¢ ZW f-�L.Q�I r3.,v�ow¢ ALPHA Report No. W202413 B-1 METHODS OF LABORATORY TESTING '' � Representative samples were evaluated and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318), and dry unit weight determinations were performed on selected samples. In addition, unconfined compressive strength tests (ASTM D 2166) and pocket-penetrometer tests were conducted on selected soil samples to evaluate soil shear strength. Results of these laboratory tests are provided on the Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clay soils were further analyzed by absorption swell tests. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of the absorption swell tests are provided on the attached boring logs. A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 1 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/9/2015 End Date: 4/9/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown to Brown CLAY with calcareous nodules 2.0 28 2.5 0.8 85 28 5 2.0 26 6.0 Tannish Brown CLAY with calcareous deposits and limestone fragments 4.5+ 18 32 18 14 4.5+ 11 10 10.0 Tan LIMESTONE with clay seams and layers 100/ 6 15 � �� 16.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 2 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/9/2015 End Date: 4/9/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft): 11 a ' �' �, u, U � �' °' � � E � � U � L 1 After Drilling (ft): 11 � >�U' � o �� � m � o ?' � o � o � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY 3.0 31 3.0 24 5 2.0 28 61 22 39 6.0 Tannish Brown CLAY 3.0 20 2.5 22 10 11.0 Tan LIMESTONE with clay seams and layers 100/ 3� 15 � �� 16.0 Gray LIMESTONE with shale seams 100/ 20 20.0 1.25" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 3 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Tan and Light Brown CLAY with calcareous nodules 3.0 18 3.0 19 5 3.5 19 4.5+ 3.2 119 15 4.5+ 17 10 4.5+ 27 53 21 32 15 15.0 Tan and Gray SHALY CLAY 20 20.0 TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 4 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/16/2015 End Date: 4/16/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 2.5 32 2.0 Tan and Light Brown CLAY with calcareous nodules 3.5 21 62 21 41 5 3.0 2.4 102 22 6.0 Tan CLAY with calcareous deposits and limestone fragments 1.5 19 8.0 Tan LIMESTONE with clay seams and layers 100/ 14 10 3.5�� 100/ � � 15 2�� 16.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 5 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/16/2015 End Date: 4/16/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 6 a ' � � � U � �' °' � � E � � U � L 1 After Drilling (ft): 6 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown to Brown CLAY 2.5 37 3.0 25 5 3.0 21 6.0 Tan CLAY with calcareous deposits 0.5 23 36 17 19 1.0 20 10 10.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 100/ 15 0.25" 14 100/ 20 20.0 0.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 6 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/17/2015 End Date: 4/17/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 8 a ' � � u� U � �' °' � � E � � U � L 1 After Drilling (ft): 6 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown to Brown CLAY 1.5 40 1.5 26 5 2.0 0.8 95 27 78 24 54 6.0 Tan and Light Brown CLAY with some gravel 2.0 22 83 24 59 � 0.5 35 10 11.0 Tan LIMESTONE with clay seams and layers 100/ 20 15 2.25" 16.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 7 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/20/2015 End Date: 4/20/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 7 a ' � � � U � �' °' � � E � � U 0 N � � � J Q Q 1 After Drilling (ft): 2 a o� �� o o C C a o �. a U j � � o � � After Hours (ft): � � ��" a � o� o N � v n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY with calcareous nodules 1.5 32 i 2.0 0.6 92 29 5 2.5 30 75 27 48 - with limestone fragments below 6' � 3.5 21 8.0 Tan LIMESTONE with clay seams and layers 100/ 2� 10 4�� 100/ 11 15 15.0 1.5" Gray LIMESTONE with shale seams 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 8 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/17/2015 End Date: 4/17/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 6 a ' � � � U � �' °' � � E � � U � L 1 After Drilling (ft): 3 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown to Brown CLAY 1.5 39 1 2.5 25 5 3.5 23 66 22 44 SZ - with limestone fragments below 6' 0.5 25 8.0 Tan LIMESTONE with clay seams and layers 100/ 20 � 0 2.75" 13.0 Gray LIMESTONE with shale seams 100/ 16 15 2.75" 100/ 20 20.0 0.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 9 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown and Gray CLAY with some gravel - FILL 3.0 21 2.0 Tan LIMESTONE with clay seams and layers 7 100/ 16 5 2.75" 6.0 Tan and Light Brown CALCAREOUS CLAY 3.5 14 4.5+ 23 34 16 18 10 10.0 Tan LIMESTONE with clay seams and layers 100/ 15 15.0 2�� Gray LIMESTONE with shale seams 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 10 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/15/2015 End Date: 4/15/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown GRAVELLY CLAY - FILL 1.5 10 2.0 Tan and Light Brown CLAY 2.0 19 59 21 38 4.0 Tan LIMESTONE with clay seams and layers 100/ 12 5 0.25" 100/ � 0 0.75" 11.0 Gray LIMESTONE with shale seams 100/ 15 1.5" 100/ 20 20.0 3�� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 11 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/15/2015 End Date: 4/15/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY 3.0 21 2.0 Tan and Light Brown CLAY with calcareous deposits 2.0 21 5 3.5 2.1 105 21 61 21 40 - shaly below 6' 3.0 21 4.5+ 21 10 4.5+ 22 15 17.0 Gray LIMESTONE with shale seams 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 12 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/16/2015 End Date: 4/16/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 2.0 43 3.5 25 3.0 Tan CLAY with calcareous deposits 5 2.5 18 2.5 19 51 19 32 8.0 Tan LIMESTONE with clay seams and layers 100/ 10 � 0 3.75" 13.0 Gray LIMESTONE with shale seams 100/ 10 15 0.5" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 13 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/16/2015 End Date: 4/16/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 8 a ' � � u� U � �' °' � � E � � U 0 N � � � J Q Q 1 After Drilling (ft): 4 a o� �� o o C C a o �. a U j � � o � � After Hours (ft): � � ��" a � o� o N � v n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown to Brown CLAY 1.5 43 2.0 25 i 5 2.5 26 6.0 Tan CLAY with limestone fragments 1.0 23 � 1.0 19 41 19 22 10 11.0 Tan LIMESTONE with clay seams and layers 100/ � $ 15 15.0 ��� Gray LIMESTONE with shale seams 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 14 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/17/2015 End Date: 4/17/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 6 a ' � � � U � �' °' � � E � � U � L 1 After Drilling (ft): 3 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY 2.5 26 1 1.5 27 69 26 43 4.0 Tan and Light Brown CLAY with some gravel and 5 limestone fragments 4.0 18 6.0 Tan LIMESTONE with clay seams and layers 30 100/ 23 10 1.25�� 13.0 Gray LIMESTONE with shale seams 100/ 24 15 0.25" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 15 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/17/2015 End Date: 4/17/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 6 a ' � � � U � �' °' � � E � � U � L 1 After Drilling (ft): 5 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 1.5 36 1.5 0.7 88 30 - with limestone fragments below 4' 5 1 2.5 25 77 23 54 6.0 Tan LIMESTONE with clay seams and layers 8.0 Gray LIMESTONE with shale seams 100/ � 0 0.25" 100/ 22 15 0.75" 100/ 13 20 20.0 1.25" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 16 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/17/2015 End Date: 4/17/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 1.5 32 1.5 28 78 24 54 4.0 Tan LIMESTONE with clay seams and layers 100/ 13 5 0.5" 100/ 10 10 3�� 13.0 Gray LIMESTONE with shale seams 100/ 15 1.5" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 17 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/20/2015 End Date: 4/20/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 8 a ' � � u� U � �' °' � � E � � U 0 N � � � J Q Q 1 After Drilling (ft): 7 a o� �� o o C C a o �. a U j � � o � � After Hours (ft): � � ��" a � o� o N � v n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 1.5 41 1.0 43 5 3.0 28 6.0 Light Brown CLAY with limestone fragments 1 3.0 25 66 22 44 � 1.5 25 10 13.0 Tan LIMESTONE with clay seams and layers 100/ 14 15 6.5" 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 18 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/20/2015 End Date: 4/20/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 8 a ' � � u� U � �' °' � � E � � U � L 1 After Drilling (ft): 6 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 0.5 43 2.0 Brown to Light Brown CLAY with calcareous nodules 2.5 25 5 3.0 23 62 20 42 1 3.0 22 � 3.5 21 10 1.0 13 15 17.0 Tan LIMESTONE with clay seams and layers 100/ 20 20.0 0.25" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 19 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/20/2015 End Date: 4/20/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Grayish Brown CLAY with calcareous nodules 2.0 39 2.0 30 5 2.5 28 2.5 28 8.0 Tan and Gray SHALY CLAY 2.5 31 60 19 41 10 4.5+ 25 15 20 20.0 TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 20 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/15/2015 End Date: 4/15/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY with gravel 2.0 36 3.0 24 73 25 48 4.0 Tan and Light Brown CLAY with calcareous deposits 5 2.5 17 6.0 Tan LIMESTONE with clay seams and layers 11 8.0 Tan CALCAREOUS CLAY 4.5+ 13 9.0 Tan LIMESTONE with clay seams and layers 100/ 10 2�� 15 100/ 13 4" 16.0 Tan and Gray SHALY CLAY 20 20.0 TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 21 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/15/2015 End Date: 4/15/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 4.0 24 2.0 Tan CLAY with calcareous deposits 2.5 19 45 19 26 4.0 Tan LIMESTONE with clay seams and layers 100/ 11 5 0.75" 12 100/ 11 10 0.5�� 13.0 Tan and Gray SHALY CLAY 4.5+ 22 15 15.0 Gray SHALE 100/ 20 20.0 3�� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 22 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/15/2015 End Date: 4/15/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 1.0 Tan and Light Brown CLAY with calcareous deposits 3.0 18 4.5+ 14 5 4.0 16 - shaly below 6' 4.5+ 1.0 116 11 39 19 20 4.0 25 10 12.0 Gray LIMESTONE with shale seams 100/ 13 15 2.75" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 23 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/16/2015 End Date: 4/16/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY with calcareous nodules 4.0 18 2.0 Tan and Light Brown SHALY CLAY with calcareous deposits 2.5 16 5 4.5+ 18 31 16 15 4.5+ 5.7 119 13 4.0 17 10 10.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 100/ 11 15 0.5" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 24 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/14/2015 End Date: 4/14/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 2.0 38 2.0 Tan and Light Brown CLAY with calcareous deposits 2.5 16 5 2.5 17 6.0 Tan and Light Brown SHALY CLAY 3.0 23 100/ 10 5�� 4.5+ 18 57 20 37 15 20 20.0 TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 25 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/14/2015 End Date: 4/14/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 1.5 39 2.0 32 4.0 Tan and Light Brown CLAY with calcareous deposits 5 4.0 16 4.5+ 13 45 16 29 4.5+ 17 10 13.0 Tan LIMESTONE with clay seams and layers 100/ 14 15 2�� 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 26 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/15/2015 End Date: 4/15/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 2.0 31 2.5 22 4.0 Tan and Light Brown CLAY with calcareous deposits 5 4.0 16 - shaly below 6' 2.0 20 4.5+ 18 37 16 21 �0 33 19 - with limestone seams at 10' 3.5 27 14.0 Tan LIMESTONE with clay seams and layers 100/ 15 0.75" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 27 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft): 11 a ' �' �, u, U � �' °' � � E � � U � L 1 After Drilling (ft): 19 � >�U' � o �� � m � o ?' � o � o � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY with some gravel 2.5 38 2.0 Tan and Light Brown CLAY with some gravel 2.0 24 5 3.5 22 54 20 34 3.0 21 2.5 21 10 � 13.0 Gray LIMESTONE with shale seams 100/ � 2 15 2�� 1 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 28 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/20/2015 End Date: 4/20/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 6 a ' � � � U � �' °' � � E � � U � L 1 After Drilling (ft): 6 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 2.0 42 2.0 Brown and Gray SANDY CLAY 2.5 20 5 1.0 21 6.0 Tan SHALY CLAY 4.5+ 16 4.5+ 9 27 12 15 10 10.0 Tan LIMESTONE with clay seams and layers 100/ � � 15 3.25" 17.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 29 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY with some gravel 1.0 51 1.0 37 5 1.0 0.7 93 29 2.5 29 68 23 45 8.0 Tan and Light Brown CLAY 1.0 23 10 2.0 21 15 15.0 Tan LIMESTONE with clay seams and layers 100/ 20 20.0 3�� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 30 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft): 10 a ' �' �, u, U � �' °' � � E � � U � L 1 After Drilling (ft): 14 � >�U' � o �� � m � o ?' � o � o � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY with some gravel 2.5 24 1.5 22 76 26 50 5 2.0 1.2 93 29 2.0 32 8.0 Brown CLAYEY GRAVEL with limestone fragments 1.0 30 10 10.0 Tan and Light Brown CLAY with calcareous nodules and limestone fragments 1 1.0 25 15 20 20.0 TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 31 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY with some gravel 3.0 21 2.0 Tan LIMESTONE with clay seams and layers 11 100/ 9 5 0.25" 9 100/ � 2 10 0.5�� 12.0 Gray LIMESTONE with shale seams 100/ � 2 15 1.5" 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 32 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft): 3 � z, o;� � u� U� �'� � � E � � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY with some gravel 2.0 24 1.0 Tan LIMESTONE with clay seams and layers 9 � 100/ � 9 5 0.25" 13 100/ 10 10 � �� 11.0 Gray LIMESTONE with shale seams 100/ 15 15 1.25" 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 33 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 2.0 35 2.0 Brown CLAY with limestone fragments 3.0 22 5 4.5+ 18 69 24 45 6.0 Tan LIMESTONE with clay seams and layers 14 8.0 Tan and Light Brown CALCAREOUS CLAY 4.5+ 13 33 13 20 10 4.5+ 14 15 20 20.0 TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 34 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY with some gravel 2.5 35 2.5 28 5 2.5 24 72 24 48 6.0 Tan and Light Brown CLAY 2.5 20 8.0 Tan LIMESTONE with clay seams and layers 100/ 10 � p 34.5" 100/ 6 15 2�� 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT A L P H A/� T E S T I N G s°s� B�-u.�h ���e�ti R<< BOR'"� "°.: 35 � Foi9 Wortll, Te,rns 76! 19 Phone: 817-49G-5600 Sheet 1 of 1 F�,.r: sr�-a9�-shns pROJECT NO.: W202413 W H E R E I T A L L B E G I N S ��'��'��' alPh�testrng.corn Client: GBTM Sendera LLC Location: Fort Worth, Texas Project: Sendera Ranch II I- 3B Surface Elevation: Start Date: 9/15/2020 End Date: 9/15/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS � �•� � E.-. a� � � x ,a��i � � NONE �' T �� a� U� c'�g' �� � E E �c o � �On ROds (ft): � � 0 ° 3 Y a� � t �N v� .� c J J - _ ZAftel' Drllling (ft): DRY �' >C� � o o E � a� mo �•Q o -o � y � � L . �- o- - Q' °� o� a� �— � a c� �'-' U �� v, .� 3 � �6 �After Hours (ft): � � — �� X� � o� o o� � � a m � �a � � Z � � � MATERIAL DESCRIPTION Brown and Light Brown CLAY with rocks and limestone fragments - FILL 2.5 21 4.5+ 5.7 111 15 46 21 25 5 4.5+ 17 4.5+ 13 46 20 26 0.3 8.0 Brown CLAY with limestone fragments 4.5+ 23 58 26 32 0.0 10 12.0 Tan and Gray CLAY - with limestone fragments and calcareous deposits 13 ft to 15 ft 4.5+ 18 57 20 37 0.4 15 3.0 24 20 20.0 TEST BORING TERMINATED AT 20 FT A L P H A/� T E S T I N G sos8 a,-�,tt, a�«� n�r gORING NO.: 36 � Foi9 Wortll, Te,rns 76! 19 Phone: 817-49G-5600 Sheet 1 of 1 F�,.r: sr�-a9�-shns pROJECT NO.: W202413 W H E R E I T A L L B E G I N S ��'��'��' alPh�testrng.corn Client: GBTM Sendera LLC Location: Fort Worth, Texas Project: Sendera Ranch II I- 3B Surface Elevation: Start Date: 9/15/2020 End Date: 9/15/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �•� � E.-. a� � � x ,a��i � � NONE �' T �� a� U� c'�g' �� � E E �c o � �On ROds (ft): � � 0 ° 3 Y a� � t �N v� .� c J J - _ ZAftel' Drllling (ft): DRY �' >C� � o o E � a� mo �•Q o -o � y � � L . �- o- - Q' °� o� a� �— � a c� �'-' U �� v, .� 3 � �6 �After Hours (ft): � � — �� X� � o� o o� � � a m � �a � � Z � � � MATERIAL DESCRIPTION Dark Brown CLAY 2.25 34 81 25 56 2.0 Light Brown CLAY with limestone fragments and calcareous deposits 4.5+ 13 38 20 18 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 1.0" 100/ 10 2.25„ 12.0 Tan CLAY 3.5 14 15 16.0 Tan LIMESTONE with clay seams and layers 100/ 20 20.0 2.75„ TEST BORING TERMINATED AT 20 FT A L P H A/� T E S T I N G sos8 a,-�,tt, a�«� n�r gORING NO.: 37 � Foi9 Wortll, Te,rns 76! 19 Phone: 817-49G-5600 Sheet 1 of 1 F�,.r: sr�-a9�-shns pROJECT NO.: W202413 W H E R E I T A L L B E G I N S ��'��'��' alPh�testrng.corn Client: GBTM Sendera LLC Location: Fort Worth, Texas Project: Sendera Ranch II I- 3B Surface Elevation: Start Date: 9/15/2020 End Date: 9/15/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �•� � E.-. a� � � x ,a��i � � NONE �' T �� a� U� c'�g' �� � E E �c o � �On ROds (ft): � � 0 ° 3 Y a� � t �N v� .� c J J - _ ZAftel' Drllling (ft): DRY �' >C� � o o E � a� mo �•Q o -o � y � � L . �- o- - Q' °� o� a� �— � a c� �'-' U �� v, .� 3 � �6 �After Hours (ft): � � — �� X� � o� o o� � � a m � �a � � Z � � � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.25 18 2.0 Tan CLAY with calcareous deposits 4.5+ 13 5 4.5+ 17 69 22 47 3.1 6.0 Tan CLAY with limestone fragments 4.5+ 14 43 20 23 0.3 8.0 Tan LIMESTONE with clay seams and layers 100/ 10 .125' 100/ 15 15.0 .375' Gray LIMESTONE with shale seams 100/ 20 20.0 1.0" TEST BORING TERMINATED AT 20 FT A L P H A/� T E S T I N G s°s� B�-u.�h ���e�ti R<< BOR'"� "°.: 38 � Foi9 Wortll, Te,rns 76! 19 Phone: 817-49G-5600 Sheet 1 of 1 F�,.r: sr�-a9�-shns pROJECT NO.: W202413 W H E R E I T A L L B E G I N S ��'��'��' alPh�testrng.corn Client: GBTM Sendera LLC Location: Fort Worth, Texas Project: Sendera Ranch II I- 3B Surface Elevation: Start Date: 9/15/2020 End Date: 9/15/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �•� � E.-. a� � � x ,a��i � � NONE �' T �� a� U� c'�g' �� � E E �c o � �On ROds (ft): � � 0 ° 3 Y a� � t �N v� .� c J J - _ ZAftel' Drllling (ft): DRY �' >C� � o o E � a� mo �•Q o -o � y � � L . �- o- - Q' °� o� a� �— � a c� �'-' U �� v, .� 3 � �6 �After Hours (ft): � � — �� X� � o� o o� � � a m � �a � � Z � � � MATERIAL DESCRIPTION Dark Brown CLAY 3.0 37 2.0 Brown CLAY with limestone fragments and calcareous deposits 3.25 24 79 27 52 5 4.5+ 17 73 25 48 0.0 6.0 Tan and Gray CLAY 4.0 20 67 21 46 0.0 -with limestone fragments below 8' 10 10 12.0 Tan LIMESTONE with clay seams and layers 100/ 15 2.0" 17.0 Gray LIMESTONE with shale seams 100/ 20 20.0 1.0" TEST BORING TERMINATED AT 20 FT A L P H A/� T E S T I N G s°s� B�-u.�h ���e�ti R<< BOR'"� "°.: 39 � Foi9 Wortll, Te,rns 76! 19 Phone: 817-49G-5600 Sheet 1 of 1 F�,.r: sr�-a9�-shns pROJECT NO.: W202413 W H E R E I T A L L B E G I N S ��'��'��' alPh�testrng.corn Client: GBTM Sendera LLC Location: Fort Worth, Texas Project: Sendera Ranch II I- 3B Surface Elevation: Start Date: 9/15/2020 End Date: 9/15/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �•� � E.-. a� � � x ,a��i � � NONE �' T �� a� U� c'�g' �� � E E �c o � �On ROds (ft): � � 0 ° 3 Y a� � t �N v� .� c J J - _ ZAftel' Drllling (ft): DRY �' >C� � o o E � a� mo �•Q o -o � y � � L . �- o- - Q' °� o� a� �— � a c� �'-' U �� v, .� 3 � �6 �After Hours (ft): � � — �� X� � o� o o� � � a m � �a � � Z � � � MATERIAL DESCRIPTION Dark Brown and Brown CLAY 3.0 26 3.5 26 86 29 57 - with limestone fragments 4 ft to 6 ft 5 4.5 19 75 23 52 0.5 6.0 Tan LIMESTONE with clay seams and layers 100/ 10 2.75„ 100/ 15 2.5" 17.0 Gray LIMESTONE with shale seams 100/ 20 20.0 .875' TEST BORING TERMINATED AT 20 FT ALPHA/� � TESTING KEY TO SOIL SYMBOLS AND CLASSIFICATIONS WHERE IT ALL BEGINS SOIL & ROCK SYMBOLS � (CH), High Plasticity CLAY � (CL), Low Plasticity CLAY � (SC), CLAYEY SAND � (SP), Poorly Graded SAND � (SW), Well Graded SAND � (SM), SILTY SAND � (ML), SILT � (MH), Elastic SILT � LIMESTONE � SHALE / MARL � SANDSTONE o � (GP), Poorly Graded GRAVEL �' (GW), Well Graded GRAVEL � (GC), CLAYEY GRAVEL � (GM), SILTY GRAVEL � (OL), ORGANIC SILT � (OH), ORGANIC CLAY � FILL SAMPLING SYMBOLS ■SHELBY TUBE (3" OD except where noted otherwise) �SPLIT SPOON (2" OD except where noted otherwise) � AUGER SAMPLE � TEXAS CONE PENETRATION ❑ROCK CORE (2" ID except where noted otherwise) RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft� VERYLOOSE LOOSE MEDIUM DENSE VERY DENSE 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHEAR STRENGTH OF COHESIVE SOILS (tsf� VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 RELATIVE DEGREE OF PLASTICITY (PI� LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 RELATIVE PROPORTIONS (%� TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 PARTICLE SIZE IDENTIFICATION (DIAMETERI BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.OmmT03.0" 2.OmmT05.Omm 0.4mmT05.Omm 0.07mmT00.4mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm ALPNA/� � TESTING WHERE IT ALL BEGINS OCiObOT Z1, ZOZO Geotechnical Const�zrc�ro�r Mnte��in(s Envrronnrentnl TBPE Firnr No. 8l3 GBTM Sendera, LLC 2805 North Dallas Parkway, Suite 400 Plano, Texas 75093 Attention: Mr. Bobby L. Samuel III Re: Pavement Recommendations Sendera Ranch II — 3B Off Sendera Ranch Boulevard Fort Worth, Texas ALPHA Report No. W202413-A 5058 Brush Creek Road Tel.• 817-496-5600 Fort Worth, Texas 76119 Fax: 817-496-5608 www.alphatesting.com Submitted herein are the updated recommended pavement sections for the proposed subdivision (Sendera Ranch). The proposed subdivision is generally located north of Falling Water Trail and Zanna Grace Way, extending about 2,500 ft east of future extension of Sendera Ranch Boulevard in Fort Worth, Texas. This study was authorized by Mr. Bobby Samuel on September 3, 2020 and performed in accordance with ALPHA Proposal No. 79290 dated August 25, 2020. This report is an extension of ALPHA Report No. W202413 which contains geotechnical recommendations for residential foundations. This report provides an update the previous pavement recommendations provided in ALPHA Report No. W150708-A dated May 12, 2015 and WI50708-A dated May 12, 2015. The purpose of this study is to develop pavement sections for the planned streets described above in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed streets within the subdivision could be classified as "Residential- Urban", "Collector" or "Arterial", as described in the referenced manual. We further understand the future extension of "Sendera Ranch Boulevard" will be classified as Principal Arterial, as described in the referenced manual. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (ALPHA) to evaluate far GBTM Sendera, LLC (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwark and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. ALHA Report No. W202413-A '' � Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed streets at the subject proj ect. TABLE A Summary of Pavement Section Requirements Street Classification Residential -Urban Collector Arterial PCC Pavement Thickness(in) placed 6 8 10 on lime stabilized subgrade soil 28-day Concrete Compressive Strength (psi) 3,600 3,600 3,600 Subgrade Treatment 6 inches Lime 8 inches Lime 8 inches Lime Application Rate (lbs per sq yd) 30 36 36 Reinforcing Bar No. 3 3 4 Reinforcing Bar Spacing (in) 18 18 18 Further recommendations and analyses used to develop the summary in Table A are provided further in this report. FIELD EXPLORATION Subsurface conditions on the site were explared by drilling a total of five (5) supplemental test borings to a depth of about 20 ft each. In addition, borings previously drilled for the referenced Geotechnical Study (ALPHA Report No. W 150708 dated May 11, 2015) were reviewed and incorporated into this study. The test borings were performed in general accordance with ASTM D 420 using standard rotary drilling equipment. The approximate location of each boring is shown on the attached Boring Location Plan, Figure 1. Subsurface types encountered during the iield exploration are presented on the attached Log of Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the baring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. ALHA Report No. W202413-A LABORATORY TESTS '' � Bulk samples were obtained from the site near the vicinity of Boring 9 to be tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: • Moisture Content (ASTM D 2216) • Atterberg-Limits (ASTM D 4318) • Sulfate Content (TX-145-E Part I� • Lime Series (Plasticity Index vs. Lime Content) In addition to conventional laboratory testing to assess engineering properties of the soils obtained, the bulk samples were used for moisture-density relationship testing (standard Proctor, ASTM D 698) and California Bearing Ratio testing (CBR, ASTM D 1183). Individual test results are presented on the attached Log of Boring or summary data sheets. GENERAL SUBSURFACE CONDITIONS Based on geological maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the site lies within the Fort Worth Limestone and Duck Creek geological formations mapped as undivided. This undivided formation generally consists of limestone and marl. The residual overburden soils associated with this undivided formation generally consist of clay soils characterized by moderate to high shrink-swell potential. Subsurface conditions encountered in Boring 35 generally consisted of clay extending to the 20 ft termination depth. Subsurface conditions encountered in Borings 36 through 39 generally consisted of clay to depths of about 4 ft to 12 ft below the ground surface, underlain by limestone extending to the 20 ft termination depth of the borings. The upper 8 ft of clay encountered in Baring 35 was visually classified as fill material. More detailed stratigraphic information is presented on the attached Log of Boring sheets. Most of the materials encountered in the borings are considered relatively impermeable and are expected to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. Free groundwater was not encountered in the borings. However, it is common to encounter seasonal groundwater in fill materials, from natural fractures within the clayey matrix, at the soiUrock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the attached boring logs. 3 ALHA Report No. W202413-A ENGINEERING ANALYSIS AND RECOMENDATIONS '' � Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross-sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Pavement Subgrade Preparation Based on review of the borings and grading plans prepared by LJA Engineering, Inc. (LJA Project No. NT340-0112, sheets 38 through 42 dated October 2020) and conditions encountered in the borings, it is expected the pavement subgrade could consist of clay soils or similar onsite materials used for grading the site. The pavement subgrade could also consist of limestone in some areas depending on the given location along the alignment and grading requirements. Since the subgrade conditions and required treatments could vary along the proposed road alignment, ALPHA should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively. Residential Urban streets should mixed with a minimum 30 lbs per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard Specifications Item 260. The recommended application rate is the minimum required by the City of Fort Worth. Collector/Arterial streets should be mixed with 36 lbs per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard Specifications Item 260. This equates to about 6 percent lime based on an in place dry soil unit weight of 100 pc£ The results of lime series tests performed on representative clay samples are attached (Figure 4). Our findings indicate onsite processed limestone could be used. Processed limestone or other rock-like materials used for the pavement subgrade should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of limestone or other rock-like materials used as fill is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Processed limestone used as pavement subgrade material should have a maximum particle size of 2 inches. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. In addition to the requirements above, processed rock used as pavement subgrade material should have a plasticity indeX less than 15. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades as could experience soil-related potential seasonal movements of up to 7 inches depending on the depth of limestone from iinal grade. Potential seasonal movements are discussed in more detail in ALPHA Report No. W202413 performed for the residential foundations to be constructed at the site. 4 ALHA Report No. W202413-A '' � Lime stabilization of the pavement subgrade is not required where the pavement subgrade consists of limestone. In pavement areas where limestone is exposed after final subgrade elevation is achieved, on-site lime stabilized clay cuttings, on-site processed limestone cuttings, or flexible base material could be used as a leveling course (as needed) to provide a smooth surface for placement of the pavement. California Bearing Ratio (CBR) tests performed for this specific project indicate the CBR values for the natural clay soil tested could be about 2.5 to 2.6 (Figure 3). Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. Portland Cement Concrete Pavement Section Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section. � Compressive strength of concrete 3,600 psi at 28 days • Modulus of Elasticity 4,000,000 psi • Modulus of Rupture 620 psi • Modulus of Subgrade Reaction* 280 pci • Load Transfer Co-efficient 3.0 • Drainage Coefficient 1.0 • Initial PSI 4.5 • Terminal PSI for 2.0 (Residential Urban) 2.25 (Collector) 2.5 (Arterial) • Standard Deviation 0.39 • Reliability 85 percent *Subgrade prepared with lime stabilization, processed limestone ar flexible base material discussed in the previous section. Using the Street Classification of "Residential-Urban" as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban street pavement to be about 930,000. Using the Street Classification of "Collector" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 3,000,000. Using the Street Classification of "Arterial" as described in the referenced Fort Worth Pavement Design Manual, the annual trafiic volume will be about 300,000 Equivalent Single Axle Loads (ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 13,170,000. 5 ALHA Report No. W202413-A '' � If the actual expected traffic volume is different than used far our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets, a minimum 7'/z-inch section of Portland cement concrete is required for Collector classified streets and a minimum 10-inch section of Portland cement concrete is required for Arterial classified streets at this project. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 5� 1 percent entrained air. Reinforcing steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw-cutting in concrete should be in accordance with Section Four of the referenced Pavement Design Manual. Drainage and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A total of six (6) samples obtained from the bulk sample was tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table B. TABLE B Soluble Sulfates Sample Boring Depth, Soluble Sulfate, No. No. ft Material Type m/K m 1 3 0-2 Tan and Light Brown Clay 79 2 6 0-2 Dark Brown to Brown Clay 98 3 15 0-2 Dark Brown Clay 64 4 26 0-2 Dark Brown Clay 101 5 27 0-2 Dark Brown Clay 60 6 34 0-2 Dark Brown Clay 57 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed along the pavement subgrade during construction. During construction, experienced geotechnical personnel should make close observations for possible sulfate reactions. � ALHA Report No. W202413-A GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS '' � Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. Site Preparation and Gradin� The upper 8 ft of clay encountered in Boring 35 was visually classified as fill material. Fill material was also encountered in the upper 2 ft of Boring 9 drilled for the referenced initial study. Construction debris, concrete rubble and trash were observed at the surface of some or the existing fill stockpiles on the site and we expect these materials will be encountered in some areas during general grading and excavation. The earthwork and excavation contracts should contain provision for removal of unsuitable materials in the existing fill. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of existing fill at this site. ALPHA would be pleased to provide this service if desired. Limestone was encountered within 4 ft of the ground surface in several of the borings drilled for this study and the referenced initial study. We expect limestone will be encountered during general excavation at this site. From our experience, this limestone can be hard and may be difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in this hard limestone. All areas supporting pavement or areas to receive new fill should be properly prepared. After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof-roll should be removed and replaced with well-compacted material as outlined in the Fill Compaction section. Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section. 7 ALHA Report No. W202413-A '' � If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills, especially where utilities are planned below pavement. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required far the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. Fill Compaction The following compaction recommendations pertain to general filling and site grading. The pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation section. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay soils with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. : ALHA Report No. W202413-A '' � Clayey soils used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of pavement, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the filUbackfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. Utilities Where utility lines are deeper than 10 ft, the filUbackfill below 10 ft should be compacted to at least 100 percent of standard Proctar maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the filUbackfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavernent over utility lines and/or other areas with deep fill. If utility trenches ar other excavations extend to ar beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching ar various types of temparary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. Groundwater Groundwater was not encountered in the borings for this study. However, groundwater was encountered in several of the borings drilled for the referenced initial study at depths of about 3 ft to 19 ft below the ground surface. Shallow groundwater seepage could be encountered from 9 ALHA Report No. W202413-A '' � the subsurface stratigraphy in excavations for pavement, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined on the cover page of this report. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our ofiice should be contacted immediately since this may materially alter the recommendations. Further, ALPHA TESTING, INC. is not responsible far damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 10 ALHA Report No. W202413-A CLOSURE '' � All recommendations in the referenced geotechnical report remain unchanged unless specifically modified herein. We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, ALPHA TESTING, INC. 1����I �' Kimberly Fyffe Geotechnical Project Manager BJH/KLF/en Copies: (1-PDF) Client � ���.�� OF �,���� ���1 rt ,+� : � . � � � ;' ; �' ......... ..---... ...... ...---....--- BRIAN ,l. H�YT ...,........................i .�..� -�:, 7 � �7�s ; �r , '��M��' •�.���s�� -���'� ��+ ,'���i�A� ��= o�tober zi, zozo Attachments: Boring Location Plan — Figure 1 Moisture - Density Relationship — Figure 2 California Bearing Ratio (CBR) — Figure 3 Mechanical Lime Series — Figure 4 WinPAS Analysis Results Log of Borings (Borings 1 through 39) Key to Soil Symbols and Classifications ��i2''� � I Brian J. Hoyt, P.E. Geotechnical Department Manager 11 z ,,�-�-�, L ` � .. �i �'�-�.. , ^ � - . . v � I J'"��,- � � � �, CA ,,: � ' - �. . - -, . ( M i fd• �, - ch � i , N � � �-' , ��:'_ - � (� _�� '�' � � _ - --�� , J � - , � i ��K` :I:�. o. ' �, � _ � ��' � - - - � : r- �� � ' N -�:I. ��`�;y � � � � � � I� L� Q�' � ' � � � � - . �r � ; � . - �i: _. �� . . � �" , � �II. - - �: I . . � ' � . . 0O � - . . I - •3M � � �, Q, i � � - M l� � � ' � _ _ , �/,' :' � � � N ;� '� .�`�i \` , � , . +'�' �, � I �� `<<�,_ •�;� - ..�� � �� t � �/ ' � ' . �� � �a � \� , � ,,�i�� , " m ,,,1 NN ;: , .o*;. �'(�,�'�I �7': _ f� ".. ,`, . I1 � � I �, � t . . I` � + . ����11 Wt . � yl, • . , ' . ' ��.�1� . r . . / .. . I.'"� . � W� � . W� � ��,:,"5 ' . ' .,1y , � . . +�� +l�A f l ` M . + ' `. Nr !. � '\ �� W � a 4 ' . , �� �-� � ,, . � 4r , � ` � �., t ` \ N , M I ` � I ;�., +M�IN :�„ � �� � � � I '� , ��� �`R _ I, }k� - ---_ _l - -' 1 - - - N " `O �I �I � �,- Gp � 1 I � T _ . � �_ -, Ld - ��- � ' ` i.n, •� I e � il ..-..!--4I , . � ' � - � - . ` j I ' r � ��� � �"� --� � � I' t ., - � - _ - � _ � ,� ��-.� � � . , .� � .'r�, _ - _ - .i ' - ` � � N - t!1 � � � � I�� N � . N , e � i _ _ _ i _ : , � CQ�� ~ A] Q� a] _� ar: ' , ' �, . - - � - �� � �.._ z ' 1 i1 . - � '� I ; � �� � �t1� � - „ �-.r� �.: - __ � � �" • ���< �, � ' , ' , � � .� �,- � �f �� �' � �;� , M _� M . . .�� � . . � . . � M � N �`� °/ ��� ' ��Q� ' ��� � _ �Q�� . �_.. � � � ��; _ _ Q � . . ' � � � - . - - - - _ _ _ _ - _ �,: - � _ - - . __.�._� z 0 N � U U O z �; .a cC o C7 m� a `� 3 0 m �O � X F' Q � U �" 4 O � �i 0. 0. Q � � � il� � I� � � � i� m I� J � � � � W I� Lr W I� _ I� � I� I� � � � � � � � � � � W M .--� ',� � N O � � � N i � �~z�°z UU��U WZ�'�'ti � � Q O � ����¢ ZWwpa wv�Ow� � � a O H U O � �1 F�� ALPHA /�TESTING �� WHERE IT ALL BEGINS Ceo�eclrnical • Consrrucrion Mnrerirds • Enri�•onnrentnl • TBPE Firm No. 813 RREPORT OF MOISTURE DENSITY RELATIONSHIP RESULTS (ASTM D698-A) Project No: W 150708 120 115 � .-. � V � 105 � t � j 100 � � .� = 95 � � 90 85 _ _ �i I- _ _ - I ! I I i_I � _ � 80 11.0% Date: 10/21 /20 Material Description: Dark Brown Clay Classification: (CH) Sample Location: Near Boring 9 Maximum Dry Unit Weight (pcf): 93.6 Optimum Moistuire Content (°/a): 21.5 LL: 51 PL: 26 PI : 25 % Passing #200: 54.5% 16.0% 21.0% 26.0% 31.0% Moisture Content, (%) 36.0% 41.0% FIGURE 2 ALPNA/�TESTIHG /� WHERE IT ALL BEGIN3 Geolechnicn( • Consh�uction �Ylaterials • Em�ironiuentrtl • TBPE Firm No. 813 RREPORT OF CALIFORNIA BEARING RATIO RESULTS (ASTM D 1883) Project No: W 150708 Date: 10/21 /20 Material Description: Dark Brown Clay Sample Location: Near Boring 9 CBR @ 0.10 Inches = 2.5% CBR @ 0.20 Inches = 2.6% ao �o 60 ._ 50 � Q N � 40 L �+ � 30 20 10 � 0 0.0 0.1 0.2 0.3 0.4 0.5 0.6 Penetration, in FIGURE 3 ALPNA/�TESTIHG � WHERE IT ALL BEGIN3 Ceotechnica/ • Constrnction �14n1eriaLc • Eni�ironnrentnl • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W 150708 Date: 10/21 /20 % Lime 0% 2% 4% 6% 8% PI 18 11 10 9 8 �o 65 60 55 50 45 40 a 35 30 25 20 15 10 5 0 0% i io c7o 07o wio �70 07o i io 07o yio ivio i i io icio ioio i47o ioio Percent Dry Weight of Lime FIGURE 4 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Residential Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 5.91 inches 930,000 85.00 percent 0.39 620 psi 4,000,000 psi Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 psi/in 1.00 4.50 2.00 Modulus of Subarade Reaction (k-valuel Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) Modulus of Subgrade Reaction 280.00 psi/in 0.0 psi 0.0 psi 0.00 inches 0.00 feet 0.0 Thursday, April 23, 2015 1:12:04PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Collector Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 7.52 inches 3,000,000 85.00 percent 0.39 620 psi 4,000,000 psi Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 psi/in 1.00 4.50 2.25 Modulus of Subarade Reaction (k-valuel Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) Modulus of Subgrade Reaction 280.00 psi/in 0.0 psi 0.0 psi 0.00 inches 0.00 feet 0.0 Thursday, April 23, 2015 1:11:04PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Arterial Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 9.87 inches 13,000,000 85.00 percent 0.39 620 psi 4,000,000 psi Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 psi/in 1.00 4.50 2.50 Modulus of Subarade Reaction (k-valuel Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) Modulus of Subgrade Reaction 280.00 psi/in 0.0 psi 0.0 psi 0.00 inches 0.00 feet 0.0 Thursday, April 23, 2015 1:09:59PM Engineer: A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 1 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/9/2015 End Date: 4/9/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown to Brown CLAY with calcareous nodules 2.0 28 2.5 0.8 85 28 5 2.0 26 6.0 Tannish Brown CLAY with calcareous deposits and limestone fragments 4.5+ 18 32 18 14 4.5+ 11 10 10.0 Tan LIMESTONE with clay seams and layers 100/ 6 15 � �� 16.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 2 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/9/2015 End Date: 4/9/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft): 11 a ' �' �, u, U � �' °' � � E � � U � L 1 After Drilling (ft): 11 � >�U' � o �� � m � o ?' � o � o � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY 3.0 31 3.0 24 5 2.0 28 61 22 39 6.0 Tannish Brown CLAY 3.0 20 2.5 22 10 11.0 Tan LIMESTONE with clay seams and layers 100/ 3� 15 � �� 16.0 Gray LIMESTONE with shale seams 100/ 20 20.0 1.25" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 3 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Tan and Light Brown CLAY with calcareous nodules 3.0 18 3.0 19 5 3.5 19 4.5+ 3.2 119 15 4.5+ 17 10 4.5+ 27 53 21 32 15 15.0 Tan and Gray SHALY CLAY 20 20.0 TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 4 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/16/2015 End Date: 4/16/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 2.5 32 2.0 Tan and Light Brown CLAY with calcareous nodules 3.5 21 62 21 41 5 3.0 2.4 102 22 6.0 Tan CLAY with calcareous deposits and limestone fragments 1.5 19 8.0 Tan LIMESTONE with clay seams and layers 100/ 14 10 3.5�� 100/ � � 15 2�� 16.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 5 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/16/2015 End Date: 4/16/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 6 a ' � � � U � �' °' � � E � � U � L 1 After Drilling (ft): 6 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown to Brown CLAY 2.5 37 3.0 25 5 3.0 21 6.0 Tan CLAY with calcareous deposits 0.5 23 36 17 19 1.0 20 10 10.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 100/ 15 0.25" 14 100/ 20 20.0 0.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 6 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/17/2015 End Date: 4/17/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 8 a ' � � u� U � �' °' � � E � � U � L 1 After Drilling (ft): 6 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown to Brown CLAY 1.5 40 1.5 26 5 2.0 0.8 95 27 78 24 54 6.0 Tan and Light Brown CLAY with some gravel 2.0 22 83 24 59 � 0.5 35 10 11.0 Tan LIMESTONE with clay seams and layers 100/ 20 15 2.25" 16.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 7 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/20/2015 End Date: 4/20/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 7 a ' � � � U � �' °' � � E � � U 0 N � � � J Q Q 1 After Drilling (ft): 2 a o� �� o o C C a o �. a U j � � o � � After Hours (ft): � � ��" a � o� o N � v n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY with calcareous nodules 1.5 32 i 2.0 0.6 92 29 5 2.5 30 75 27 48 - with limestone fragments below 6' � 3.5 21 8.0 Tan LIMESTONE with clay seams and layers 100/ 2� 10 4�� 100/ 11 15 15.0 1.5" Gray LIMESTONE with shale seams 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 8 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/17/2015 End Date: 4/17/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 6 a ' � � � U � �' °' � � E � � U � L 1 After Drilling (ft): 3 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown to Brown CLAY 1.5 39 1 2.5 25 5 3.5 23 66 22 44 SZ - with limestone fragments below 6' 0.5 25 8.0 Tan LIMESTONE with clay seams and layers 100/ 20 � 0 2.75" 13.0 Gray LIMESTONE with shale seams 100/ 16 15 2.75" 100/ 20 20.0 0.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 9 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown and Gray CLAY with some gravel - FILL 3.0 21 2.0 Tan LIMESTONE with clay seams and layers 7 100/ 16 5 2.75" 6.0 Tan and Light Brown CALCAREOUS CLAY 3.5 14 4.5+ 23 34 16 18 10 10.0 Tan LIMESTONE with clay seams and layers 100/ 15 15.0 2�� Gray LIMESTONE with shale seams 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 10 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/15/2015 End Date: 4/15/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown GRAVELLY CLAY - FILL 1.5 10 2.0 Tan and Light Brown CLAY 2.0 19 59 21 38 4.0 Tan LIMESTONE with clay seams and layers 100/ 12 5 0.25" 100/ � 0 0.75" 11.0 Gray LIMESTONE with shale seams 100/ 15 1.5" 100/ 20 20.0 3�� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 11 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/15/2015 End Date: 4/15/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY 3.0 21 2.0 Tan and Light Brown CLAY with calcareous deposits 2.0 21 5 3.5 2.1 105 21 61 21 40 - shaly below 6' 3.0 21 4.5+ 21 10 4.5+ 22 15 17.0 Gray LIMESTONE with shale seams 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 12 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/16/2015 End Date: 4/16/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 2.0 43 3.5 25 3.0 Tan CLAY with calcareous deposits 5 2.5 18 2.5 19 51 19 32 8.0 Tan LIMESTONE with clay seams and layers 100/ 10 � 0 3.75" 13.0 Gray LIMESTONE with shale seams 100/ 10 15 0.5" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 13 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/16/2015 End Date: 4/16/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 8 a ' � � u� U � �' °' � � E � � U 0 N � � � J Q Q 1 After Drilling (ft): 4 a o� �� o o C C a o �. a U j � � o � � After Hours (ft): � � ��" a � o� o N � v n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown to Brown CLAY 1.5 43 2.0 25 i 5 2.5 26 6.0 Tan CLAY with limestone fragments 1.0 23 � 1.0 19 41 19 22 10 11.0 Tan LIMESTONE with clay seams and layers 100/ � $ 15 15.0 ��� Gray LIMESTONE with shale seams 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 14 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/17/2015 End Date: 4/17/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 6 a ' � � � U � �' °' � � E � � U � L 1 After Drilling (ft): 3 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY 2.5 26 1 1.5 27 69 26 43 4.0 Tan and Light Brown CLAY with some gravel and 5 limestone fragments 4.0 18 6.0 Tan LIMESTONE with clay seams and layers 30 100/ 23 10 1.25�� 13.0 Gray LIMESTONE with shale seams 100/ 24 15 0.25" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 15 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/17/2015 End Date: 4/17/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 6 a ' � � � U � �' °' � � E � � U � L 1 After Drilling (ft): 5 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 1.5 36 1.5 0.7 88 30 - with limestone fragments below 4' 5 1 2.5 25 77 23 54 6.0 Tan LIMESTONE with clay seams and layers 8.0 Gray LIMESTONE with shale seams 100/ � 0 0.25" 100/ 22 15 0.75" 100/ 13 20 20.0 1.25" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 16 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/17/2015 End Date: 4/17/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 1.5 32 1.5 28 78 24 54 4.0 Tan LIMESTONE with clay seams and layers 100/ 13 5 0.5" 100/ 10 10 3�� 13.0 Gray LIMESTONE with shale seams 100/ 15 1.5" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 17 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/20/2015 End Date: 4/20/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 8 a ' � � u� U � �' °' � � E � � U 0 N � � � J Q Q 1 After Drilling (ft): 7 a o� �� o o C C a o �. a U j � � o � � After Hours (ft): � � ��" a � o� o N � v n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 1.5 41 1.0 43 5 3.0 28 6.0 Light Brown CLAY with limestone fragments 1 3.0 25 66 22 44 � 1.5 25 10 13.0 Tan LIMESTONE with clay seams and layers 100/ 14 15 6.5" 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 18 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/20/2015 End Date: 4/20/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 8 a ' � � u� U � �' °' � � E � � U � L 1 After Drilling (ft): 6 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 0.5 43 2.0 Brown to Light Brown CLAY with calcareous nodules 2.5 25 5 3.0 23 62 20 42 1 3.0 22 � 3.5 21 10 1.0 13 15 17.0 Tan LIMESTONE with clay seams and layers 100/ 20 20.0 0.25" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 19 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/20/2015 End Date: 4/20/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Grayish Brown CLAY with calcareous nodules 2.0 39 2.0 30 5 2.5 28 2.5 28 8.0 Tan and Gray SHALY CLAY 2.5 31 60 19 41 10 4.5+ 25 15 20 20.0 TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 20 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/15/2015 End Date: 4/15/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY with gravel 2.0 36 3.0 24 73 25 48 4.0 Tan and Light Brown CLAY with calcareous deposits 5 2.5 17 6.0 Tan LIMESTONE with clay seams and layers 11 8.0 Tan CALCAREOUS CLAY 4.5+ 13 9.0 Tan LIMESTONE with clay seams and layers 100/ 10 2�� 15 100/ 13 4" 16.0 Tan and Gray SHALY CLAY 20 20.0 TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 21 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/15/2015 End Date: 4/15/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 4.0 24 2.0 Tan CLAY with calcareous deposits 2.5 19 45 19 26 4.0 Tan LIMESTONE with clay seams and layers 100/ 11 5 0.75" 12 100/ 11 10 0.5�� 13.0 Tan and Gray SHALY CLAY 4.5+ 22 15 15.0 Gray SHALE 100/ 20 20.0 3�� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 22 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/15/2015 End Date: 4/15/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 1.0 Tan and Light Brown CLAY with calcareous deposits 3.0 18 4.5+ 14 5 4.0 16 - shaly below 6' 4.5+ 1.0 116 11 39 19 20 4.0 25 10 12.0 Gray LIMESTONE with shale seams 100/ 13 15 2.75" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 23 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/16/2015 End Date: 4/16/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY with calcareous nodules 4.0 18 2.0 Tan and Light Brown SHALY CLAY with calcareous deposits 2.5 16 5 4.5+ 18 31 16 15 4.5+ 5.7 119 13 4.0 17 10 10.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 100/ 11 15 0.5" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 24 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/14/2015 End Date: 4/14/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 2.0 38 2.0 Tan and Light Brown CLAY with calcareous deposits 2.5 16 5 2.5 17 6.0 Tan and Light Brown SHALY CLAY 3.0 23 100/ 10 5�� 4.5+ 18 57 20 37 15 20 20.0 TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 25 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/14/2015 End Date: 4/14/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 1.5 39 2.0 32 4.0 Tan and Light Brown CLAY with calcareous deposits 5 4.0 16 4.5+ 13 45 16 29 4.5+ 17 10 13.0 Tan LIMESTONE with clay seams and layers 100/ 14 15 2�� 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 26 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/15/2015 End Date: 4/15/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 2.0 31 2.5 22 4.0 Tan and Light Brown CLAY with calcareous deposits 5 4.0 16 - shaly below 6' 2.0 20 4.5+ 18 37 16 21 �0 33 19 - with limestone seams at 10' 3.5 27 14.0 Tan LIMESTONE with clay seams and layers 100/ 15 0.75" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � F'o��� worrh, re«�.s LOG OF BORING NO.: 27 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft): 11 a ' �' �, u, U � �' °' � � E � � U � L 1 After Drilling (ft): 19 � >�U' � o �� � m � o ?' � o � o � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY with some gravel 2.5 38 2.0 Tan and Light Brown CLAY with some gravel 2.0 24 5 3.5 22 54 20 34 3.0 21 2.5 21 10 � 13.0 Gray LIMESTONE with shale seams 100/ � 2 15 2�� 1 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 28 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/20/2015 End Date: 4/20/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft�: 6 a ' � � � U � �' °' � � E � � U � L 1 After Drilling (ft): 6 °' >�U' � o �� � m � o ?' � o � cJi � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 2.0 42 2.0 Brown and Gray SANDY CLAY 2.5 20 5 1.0 21 6.0 Tan SHALY CLAY 4.5+ 16 4.5+ 9 27 12 15 10 10.0 Tan LIMESTONE with clay seams and layers 100/ � � 15 3.25" 17.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.5" TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 29 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY with some gravel 1.0 51 1.0 37 5 1.0 0.7 93 29 2.5 29 68 23 45 8.0 Tan and Light Brown CLAY 1.0 23 10 2.0 21 15 15.0 Tan LIMESTONE with clay seams and layers 100/ 20 20.0 3�� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 30 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft): 10 a ' �' �, u, U � �' °' � � E � � U � L 1 After Drilling (ft): 14 � >�U' � o �� � m � o ?' � o � o � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY with some gravel 2.5 24 1.5 22 76 26 50 5 2.0 1.2 93 29 2.0 32 8.0 Brown CLAYEY GRAVEL with limestone fragments 1.0 30 10 10.0 Tan and Light Brown CLAY with calcareous nodules and limestone fragments 1 1.0 25 15 20 20.0 TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 31 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY with some gravel 3.0 21 2.0 Tan LIMESTONE with clay seams and layers 11 100/ 9 5 0.25" 9 100/ � 2 10 0.5�� 12.0 Gray LIMESTONE with shale seams 100/ � 2 15 1.5" 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 32 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �� � �� � L e x o� - -- � � � � On ROdS (ft): 3 � z, o;� � u� U� �'� � � E � � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Brown CLAY with some gravel 2.0 24 1.0 Tan LIMESTONE with clay seams and layers 9 � 100/ � 9 5 0.25" 13 100/ 10 10 � �� 11.0 Gray LIMESTONE with shale seams 100/ 15 15 1.25" 100/ 20 20.0 � �� TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 33 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY 2.0 35 2.0 Brown CLAY with limestone fragments 3.0 22 5 4.5+ 18 69 24 45 6.0 Tan LIMESTONE with clay seams and layers 14 8.0 Tan and Light Brown CALCAREOUS CLAY 4.5+ 13 33 13 20 10 4.5+ 14 15 20 20.0 TEST BORING TERMINATED AT 20 FT A L P N A�� T E S T I N G S�SH B,-t,S��' �,.eek R�. � Fo,�r worrh, re,�,.s LOG OF BORING NO.: 34 76119 Sheet 1 of 1 Phone: 8/7-496-5600 W H E R E I T A L L B E G I N S Fcrx: 8/7-496-5608 PROJECT NO.: W 150708 wwiv. alphatestir�g. com Client: Sendera Ranch A2A Developments, LLC Location: Fort Worth, Texas Project: Sendera Ranch (34 Acres) Surface Elevation: Start Date: 4/22/2015 End Date: 4/22/2015 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS " � -o � �`�n, � � � L � � x � � � On ROds (ft): NONE � �, o �, � u, � � �'� � � E E � � � 1 After Drilling (ft): DRY � >�U' � o �� � m � o ?' � o � � � Q Q o_ o� o� ao o E C a� o�- c.> � �, � o � � After Hours (ft): � � � � o� o � n, a a N cn �� a? Z� � J a MATERIAL DESCRIPTION Dark Brown CLAY with some gravel 2.5 35 2.5 28 5 2.5 24 72 24 48 6.0 Tan and Light Brown CLAY 2.5 20 8.0 Tan LIMESTONE with clay seams and layers 100/ 10 � p 34.5" 100/ 6 15 2�� 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT A L P H A/� T E S T I N G s°s� B�-u.�h ���e�ti R<< BOR'"� "°.: 35 � Foi9 Wortll, Te,rns 76! 19 Phone: 817-49G-5600 Sheet 1 of 1 F�,.r: sr�-a9�-shns pROJECT NO.: W202413 W H E R E I T A L L B E G I N S ��'��'��' alPh�testrng.corn Client: GBTM Sendera LLC Location: Fort Worth, Texas Project: Sendera Ranch II I- 3B Surface Elevation: Start Date: 9/15/2020 End Date: 9/15/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): GROUND WATER OBSERVATIONS � �•� � E.-. a� � � x ,a��i � � NONE �' T �� a� U� c'�g' �� � E E �c o � �On ROds (ft): � � 0 ° 3 Y a� � t �N v� .� c J J - _ ZAftel' Drllling (ft): DRY �' >C� � o o E � a� mo �•Q o -o � y � � L . �- o- - Q' °� o� a� �— � a c� �'-' U �� v, .� 3 � �6 �After Hours (ft): � � — �� X� � o� o o� � � a m � �a � � Z � � � MATERIAL DESCRIPTION Brown and Light Brown CLAY with rocks and limestone fragments - FILL 2.5 21 4.5+ 5.7 111 15 46 21 25 5 4.5+ 17 4.5+ 13 46 20 26 0.3 8.0 Brown CLAY with limestone fragments 4.5+ 23 58 26 32 0.0 10 12.0 Tan and Gray CLAY - with limestone fragments and calcareous deposits 13 ft to 15 ft 4.5+ 18 57 20 37 0.4 15 3.0 24 20 20.0 TEST BORING TERMINATED AT 20 FT A L P H A/� T E S T I N G sos8 a,-�,tt, a�«� n�r gORING NO.: 36 � Foi9 Wortll, Te,rns 76! 19 Phone: 817-49G-5600 Sheet 1 of 1 F�,.r: sr�-a9�-shns pROJECT NO.: W202413 W H E R E I T A L L B E G I N S ��'��'��' alPh�testrng.corn Client: GBTM Sendera LLC Location: Fort Worth, Texas Project: Sendera Ranch II I- 3B Surface Elevation: Start Date: 9/15/2020 End Date: 9/15/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �•� � E.-. a� � � x ,a��i � � NONE �' T �� a� U� c'�g' �� � E E �c o � �On ROds (ft): � � 0 ° 3 Y a� � t �N v� .� c J J - _ ZAftel' Drllling (ft): DRY �' >C� � o o E � a� mo �•Q o -o � y � � L . �- o- - Q' °� o� a� �— � a c� �'-' U �� v, .� 3 � �6 �After Hours (ft): � � — �� X� � o� o o� � � a m � �a � � Z � � � MATERIAL DESCRIPTION Dark Brown CLAY 2.25 34 81 25 56 2.0 Light Brown CLAY with limestone fragments and calcareous deposits 4.5+ 13 38 20 18 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 1.0" 100/ 10 2.25„ 12.0 Tan CLAY 3.5 14 15 16.0 Tan LIMESTONE with clay seams and layers 100/ 20 20.0 2.75„ TEST BORING TERMINATED AT 20 FT A L P H A/� T E S T I N G sos8 a,-�,tt, a�«� n�r gORING NO.: 37 � Foi9 Wortll, Te,rns 76! 19 Phone: 817-49G-5600 Sheet 1 of 1 F�,.r: sr�-a9�-shns pROJECT NO.: W202413 W H E R E I T A L L B E G I N S ��'��'��' alPh�testrng.corn Client: GBTM Sendera LLC Location: Fort Worth, Texas Project: Sendera Ranch II I- 3B Surface Elevation: Start Date: 9/15/2020 End Date: 9/15/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �•� � E.-. a� � � x ,a��i � � NONE �' T �� a� U� c'�g' �� � E E �c o � �On ROds (ft): � � 0 ° 3 Y a� � t �N v� .� c J J - _ ZAftel' Drllling (ft): DRY �' >C� � o o E � a� mo �•Q o -o � y � � L . �- o- - Q' °� o� a� �— � a c� �'-' U �� v, .� 3 � �6 �After Hours (ft): � � — �� X� � o� o o� � � a m � �a � � Z � � � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.25 18 2.0 Tan CLAY with calcareous deposits 4.5+ 13 5 4.5+ 17 69 22 47 3.1 6.0 Tan CLAY with limestone fragments 4.5+ 14 43 20 23 0.3 8.0 Tan LIMESTONE with clay seams and layers 100/ 10 .125' 100/ 15 15.0 .375' Gray LIMESTONE with shale seams 100/ 20 20.0 1.0" TEST BORING TERMINATED AT 20 FT A L P H A/� T E S T I N G s°s� B�-u.�h ���e�ti R<< BOR'"� "°.: 38 � Foi9 Wortll, Te,rns 76! 19 Phone: 817-49G-5600 Sheet 1 of 1 F�,.r: sr�-a9�-shns pROJECT NO.: W202413 W H E R E I T A L L B E G I N S ��'��'��' alPh�testrng.corn Client: GBTM Sendera LLC Location: Fort Worth, Texas Project: Sendera Ranch II I- 3B Surface Elevation: Start Date: 9/15/2020 End Date: 9/15/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �•� � E.-. a� � � x ,a��i � � NONE �' T �� a� U� c'�g' �� � E E �c o � �On ROds (ft): � � 0 ° 3 Y a� � t �N v� .� c J J - _ ZAftel' Drllling (ft): DRY �' >C� � o o E � a� mo �•Q o -o � y � � L . �- o- - Q' °� o� a� �— � a c� �'-' U �� v, .� 3 � �6 �After Hours (ft): � � — �� X� � o� o o� � � a m � �a � � Z � � � MATERIAL DESCRIPTION Dark Brown CLAY 3.0 37 2.0 Brown CLAY with limestone fragments and calcareous deposits 3.25 24 79 27 52 5 4.5+ 17 73 25 48 0.0 6.0 Tan and Gray CLAY 4.0 20 67 21 46 0.0 -with limestone fragments below 8' 10 10 12.0 Tan LIMESTONE with clay seams and layers 100/ 15 2.0" 17.0 Gray LIMESTONE with shale seams 100/ 20 20.0 1.0" TEST BORING TERMINATED AT 20 FT A L P H A/� T E S T I N G s°s� B�-u.�h ���e�ti R<< BOR'"� "°.: 39 � Foi9 Wortll, Te,rns 76! 19 Phone: 817-49G-5600 Sheet 1 of 1 F�,.r: sr�-a9�-shns pROJECT NO.: W202413 W H E R E I T A L L B E G I N S ��'��'��' alPh�testrng.corn Client: GBTM Sendera LLC Location: Fort Worth, Texas Project: Sendera Ranch II I- 3B Surface Elevation: Start Date: 9/15/2020 End Date: 9/15/2020 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS � �•� � E.-. a� � � x ,a��i � � NONE �' T �� a� U� c'�g' �� � E E �c o � �On ROds (ft): � � 0 ° 3 Y a� � t �N v� .� c J J - _ ZAftel' Drllling (ft): DRY �' >C� � o o E � a� mo �•Q o -o � y � � L . �- o- - Q' °� o� a� �— � a c� �'-' U �� v, .� 3 � �6 �After Hours (ft): � � — �� X� � o� o o� � � a m � �a � � Z � � � MATERIAL DESCRIPTION Dark Brown and Brown CLAY 3.0 26 3.5 26 86 29 57 - with limestone fragments 4 ft to 6 ft 5 4.5 19 75 23 52 0.5 6.0 Tan LIMESTONE with clay seams and layers 100/ 10 2.75„ 100/ 15 2.5" 17.0 Gray LIMESTONE with shale seams 100/ 20 20.0 .875' TEST BORING TERMINATED AT 20 FT ALPHA/� � TESTING KEY TO SOIL SYMBOLS AND CLASSIFICATIONS WHERE IT ALL BEGINS SOIL & ROCK SYMBOLS � (CH), High Plasticity CLAY � (CL), Low Plasticity CLAY � (SC), CLAYEY SAND � (SP), Poorly Graded SAND � (SW), Well Graded SAND � (SM), SILTY SAND � (ML), SILT � (MH), Elastic SILT � LIMESTONE � SHALE / MARL � SANDSTONE o � (GP), Poorly Graded GRAVEL �' (GW), Well Graded GRAVEL � (GC), CLAYEY GRAVEL � (GM), SILTY GRAVEL � (OL), ORGANIC SILT � (OH), ORGANIC CLAY � FILL SAMPLING SYMBOLS ■SHELBY TUBE (3" OD except where noted otherwise) �SPLIT SPOON (2" OD except where noted otherwise) � AUGER SAMPLE � TEXAS CONE PENETRATION ❑ROCK CORE (2" ID except where noted otherwise) RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft� VERYLOOSE LOOSE MEDIUM DENSE VERY DENSE 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHEAR STRENGTH OF COHESIVE SOILS (tsf� VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 RELATIVE DEGREE OF PLASTICITY (PI� LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 RELATIVE PROPORTIONS (%� TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 PARTICLE SIZE IDENTIFICATION (DIAMETERI BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.OmmT03.0" 2.OmmT05.Omm 0.4mmT05.Omm 0.07mmT00.4mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm GR-01 60 00 Product Requirements Page 1 of 1 Ventana Phase 5A CPN 102574 GR-01 60 00 PRODUCT REQUIREMENTS Primrose Crossing Phase 7 CPN 102722 Sendera Ranch East Phase 23 City Project No. 102553 CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 09, 2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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 13 30" Dia. MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 13 30" Dia. MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 13 30" Dia. MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 13 30" Dia. MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.09/16/19 33 05 13.10 30" 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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 Fiberglass (FRP)Hobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass Pipe (FRP)AmeronBondstrand RPMP PipeASTM D3262/D375404/09/21Glass-Fiber Reinforced Polymer Pipe (FRP)Thompson Pipe GroupThompson Pipe (Flowtite)ASTM 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:04/09/2021 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:04/09/2021 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:04/09/2021 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" - 28"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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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 420AWWA 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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 PipeDR14AWWA 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 CorporationDR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manufacturing Co., Inc d/b/a JM EagleDR 14AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-28"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manufacturing Co., Inc d/b/a JM EagleDR 18AWWA 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:04/09/2021 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:04/09/2021 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:04/09/2021 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:04/09/2021 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 for DIPAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34Updated:04/09/2021 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:04/09/2021 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)04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9800wc04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9700 (Portable)* From Original Standard Products ListClick to Return to the Table of Content36Updated:04/09/2021