Loading...
HomeMy WebLinkAboutContract 55696-PM1PROJECT MANUAL FOR THE CONSTRUCTION OF River’s Edge Phase 3A Water, Sanitary Sewer, Storm Sewer, Pavement & Street L ight Improvements City Project No. 102868 FID No. 30114-0200431-102868-E07685 X-26647 W-2734 IPRC20-0102 Betsy Price David Cooke Mayor City Manager Christopher P. Harder, P.E. Water Department Director William M. Johnson Transportation and Public Works Department Director Prepared for The City of Fort Worth November 2020 TEXAS REGISTRATION F-1386 3017 W. 7th Street, Suite 300 Fort Worth, TX 76107 CSC No. 55696-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 CITY OF FORT WORTH River’s Edge Phase 3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102868 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 Procedure 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 CITY OF FORT WORTH River’s Edge Phase 3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102868 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 32 13 13 Concrete Paving 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 CITY OF FORT WORTH River’s Edge Phase 3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102868 Revised March 20, 2020 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 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 CITY OF FORT WORTH River’s Edge Phase 3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102868 Revised March 20, 2020 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 CITY OF FORT WORTH River’s Edge Phase 3A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 102868 Revised March 20, 2020 Appendix GC-4.01 City of Fort Worth Standard Products List GC-4.02 Geotechnical Exploration Report END OF SECTION BURNSCO CONSTRUCTION, INC. 00 42 a3 UAP - B!D PROPOSAL Pagp 1 Of 7 secnoN ao as as De�eloper Awarded Projects - PROPOSAL FORM UNIT PRICE BiD Bidder's Application Pro�ect Itcm Infomiatian Bidde�s Proposal Bidlisl Item Specification Unit of Bid No. Descnpt�on Section No. Measure Quanlity Unit Priu Bid Value UN T: WATER MPR ME S _ 1 3311.0241 8" Water Pipe 33 11 10, 33 LF 3076 __ $32.fi0 _$100�60 2 3312.3003 8" Gate Valve 33 12 20 EA 8 $1�360.00 $10188a.00 3 3312.00D1 Fire Hydranl 33 12 40 EA � 5� $3s410.00 $17105a.OQ _ 4 3311 Afl01 Ductile Iron Water Fittings wl RestraiM 33 1 i 11 TON 0.$74 $10�000.00 $8,740.00 - - -- - - - - -- - - 5 3312.2UD3 1" Water 5enrice_ 33 12 1D _EA 87 a890.00 $77,43U.00 _ 6 _ 33�2.0117 Cannection to E�cisitng 4"-12" Waler Main 33 12 25 FA _ 2 $1,100.00 $2z20Q.00 7 3305.0109 Trench Safety 33 05 1D LF 3076 $D.iO $3Q7.60 8 9999.4U41 Water Testing (Excluding Geotech) 00 00 00 LF 3076 $0.90 $2 768.40 9 — _ _ - -- - �p 11 12 13 14 ,� 5 - - - 16 17 - - - 18 19 20 21 - ZZ - 23 - 24 - - 25 - 2s - - 27 - _ 28 - 29 3D - 3� - 32 33 � 35 36 37 - -38 - - - 39 40 41 - �2 - - 43 44 - - 45 TOTAL UNIT F: WATER IMPROV�MEN7 $219,653.60 CITY OF FOR'F WORTH STANDARD CONSFRUC770N SPEC[FICATION �OCL'M6NTS - DEVFtOPER AWARDED PRO1EC.i$ Farm Venion Ms-22 2014 0� 4245 B�d Aropwe3 �AP.ds 00 42 J3 DAP - BID PROPDSAL Page 2 of T s�cnoN oo az as Oeveloper Awarded Prajects - PROPOSAL FpRM UNIT PR�CE BID Bidder's Applica#ion Project Item Information Bidde�'s Proposal 8idlist Ittm Specifcation Unit of Bid No Descnpnon Section No. Measure Quantiry Unit Price Bid Value IfNIT II: SAN TARY SEWER M?ROVEMENTS 1 3331.4115 S" Sewer Pipe (SdR-26, ASTM Q3034} 33 11 1 d, 33 LF 3367 $31.2p $105�050.a0 2 3331.31U1 4" Sewer Service 33 31 50 �K 74 _ $745.00 _ _$55,130.00 3 3339.1041 4' Manhole 33 39 10, 33 EA 12 $2,,a�o.aa $33�72DAU 4 3339.1002 4' Drop Manhole _ 33 39 10, 33 EA 1 $4,300.00 _ $4 3DO.OD _ 5 3339.0063 Extra Deplh 4' Manho[e 33 39 10, 33 VF � 58,5 _ $145.Od _ $8,482.50 B 3339.OQU9 Epoxy Manhole Liner _ 33 39 60 VF �a $saa,oa saL760.0U. _ 7 3331.4i 16 8" Sewer Pipe, CSS Backfill � 3311 10, 33 LF � _29_1_ _ $37.00 _ $10 767 04 $ 33D1.Udd2 Post-CCN Inspection _ 33 01 31 LF 3658 �3.00 $10=974.00 9 3301.0101 Manhole Vacuum Testing 33 01 34 EA 12 $120.00 $1,44Q.�0 10 3306.0169 Trench Satety � 33 OS 1U LF 3658 31.00 $3,658.00 11 33p5.U106 Manhole Adjustment, Major 33 0514 EA 2 $11100.04 _ $2,200.00 -- - - - — - - - 12 9999.6042 4' Manhole with Bolted Cover 00 OU 00 EA 2_ $31120.00 _ $62240.00_ 13 9999.DOd3 Connect to Existing Manhole OD OQ 00 EA 1 $112DQ,00 $1,200.00 14 9999.D044 Connact ta Facisting Sewer Line OD OQ 00 EA 2 $400.00 $804.00 _ 15 � _ , �. — - — - -- _- _ 1S 17 - - 18 19 20 � 21 22 - 23 - 24 - - - - 25 26 _ - - -27 - - - 28 29 - - 30 31 ` - - 32 - -33 - � 35 36 � 37 - 38 - - - - 39 - 40- - - 41 42 - - - b3 44 45 70T L I I• AN TA EWER IMPROV�MENT $248,721.90 CriY Of fiOx7 w6RTN STANDARD CONSTR[: Cl70N SPECIFICATION DOCL. MEI�IS - DEVELOPER A WARDSD PRO]EC7'S Farm Vemon MT� 22, 2c I 9 I11I 42 43_B�d Proposd bM xls 0012 J3 �AP - B[D PROPOSAL Pege 3 of T SECTION 00 42 43 De�eloper Awarded Projects - PROPOSAL FORM UNIT PRICE B1D Bidder's Application Pro�ect Item Informal�on Bidders Proposal Bidlist Item Specification Unit of Bid Descnpt�on Unit Price Bid Value No. 5ection No. Measure Quanlity UNIT II: DRAINAGE MPROVEMENTS 1 3349.5001 10' Curb �nlei 33 49 20 EA 13 $3t900.00 $50170Q.00 2 3349.5002 15' Curb Inlet 33 49 20 EA 2 $5,40Q.00 $14,SOa.OD 3 3349.7001 4' Drop Inlet � 33 49 20 EA 1_ $5�100.00 _ �$51'100.00 4 3349.0001 4' Storrn Junction Bax 33 4910 FA 5 $4t80�.00 $2410U0.00 5 3349.0006 Storm Junction Structure (5-Sided Box) 33 4910 EA _ 9_ $5,500.00 _ $5�504,00 6 3341.0201 21" RCP, Class ill 33 41 10 lF 207 $61.00 $121627.00 7 334i.0205 24" RCP, Class III 33 41 10 LF 1653 _ $70.0� _ $1151710.OU. _ 8 334i.0206 24" RCP, Class IV ___ � 33 41 10 LF 133 _ $79.00 $1D1507.OD 9 3341.0208 27" RCP, Class III 33 41 10 LF 420 $76.00 $311920,00 _ 10 3341,p302 30" RCP, Class III 33 41 10 LF _ 38 _ $87.00 _ $3,306.00 11 3341.0309 36" RCP, Class III 33 41 10 LF 49 3121.00 $51929.d0 - -- . 12 3341.0602 60" RCP, Class III 33 41 10 LF 32 _ a264,00 _ $Bl4_48.00 _ 13 3341.1102 4x3 Box Culvert 33 41 10 LF 250 3226.00 $561500.00 14 3341.1201 5x3 Box Culvert _ 33 41 10 LF 35 _ $270.Oa _ $9 450A0 _ 15 33U5.0109 Trench Safery_ 33 05 10 LF 28�7 _ $U.50 $11408.50 16 0241.4401 Remove HeadwalllSET 02 41 14 EA 1 $700.00 $700.00 17 9999.0005 Riprap 31 37 pp , SY _569 _ _$65.00 _ _$36�9$5.U0 - --- - 18 9999.0006 Connect ta Exisitng Storm OU 00 OD EA 1 �t00.00 �tU0.00 19 9999.0007 3'x5' S1orm Junction Box 00 UO 00 EA 1_ $4 $00.04 _ $4�800.00 20 _ 9999.0008 24" Sloped End Headwall _ � 00 fl0 00 EA_ ' 1_ $31100.OQ $3t1 UD.UO 21 9999.0009 21" RCP Cement Stabilized Backfill 00 fl0 00 LF 9 $5Q.Oa $450.00 - - . _ _-- ------ 22 9999.001Q 4' Slorm Juncion Box on Existing Line _ 00 �0 00 EA 1__$41800.00 _ _$4�SOO.flO _. _ . . - , 23 9999.0011 PW-1 Wingwall (60" F2CP) 00 00 00 FJ1 1 $19�700.00 $19t700.00 24 25 - - - 26 � 27 - 2$ 29 - - - 30 31 - 32 - 33 � - - - - - 35 36 - - - 37 38 - 39 40 - 41 - 42 43 - - - - 44 ` 45 OTAl. U IT III: DRAINAGE IMPROVEMENT $422,840.5U Cl7Y OF FORT WOR7H STANDARD CONSTRUCTtON SPfCIfICAT10N UOCUMtK[5 - �EVSI.OPER AWARBE� PROIECTS Fam Vernon Mn� 22, 2014 00 J� �x �� yreposel_DM %Is 0o az a3 oar _ eio rRoros.u. Pege 7 of T $EC710N 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Projcet Item Informauon Sidders Proposal Bidlist Item Specificauon Umt of Bid No. Description Seclion i�fo. Measurc Quantity �'n�� Pnce Bid Value Bid Summary UNIF I: WATER IMPROVEMENTS UNIT II: SAIVITARY SEWER IMPROVEMENTS UNIT III; DRAINAGE EMPROVEMENTS UNkT IV� PAVING IMPROVEMENTS UNII' V: STREE7 LIGHiING IMPROVEMEN7S UNIT VI: TRAFFIC S�GNAL IMPROVEMENTS Total Conatruction Bid 'f'his Bid is submitttd by the entiry named below: BIdDER: Buroseu Caostructioa, Ioc. 6331 Southwrat Brid. Benbrook, TX 761SZ Coatractor agrees to camplete WORK for FINAL ACCEPTANCE withia CONTRAGT rnmmences to rua an provided io the General Coaditions. BY: TITLE: 1lce Presidenl DATE: January 4, 2021 END OF SECTION CITY OF FORT WORTH STeW�ARD CONSTRUCTIQN $PECIFlCAT10N �QCL; MEN'[S - DEYELQPER AWAR�EP PROIECfS Fatn Yeraian Mx• 22 2019 12fl workiag days atter the date whee ihe 00 42 43_Bid Proposd_DAP xls aogstz.� PREQUALFFICATION STATEMENT Page i of 1 2 3 4 S 6 7 8 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a Ciry procurement is required to complete the information below by identifying the prequalified contrackors and/or subcontractors whom they intend to utilize for the major work type(s} listed. Major Work Preyualification T e ContractorlSubcontractor Company Narne Ex iration Date Water arrd Burnsco Construction, Inc. 6/3 0120 2 1 Wastewater New Developmerrt, Rehabrlilation, and Redevelopment Open Cut and Trenchless (all sizes 9 ia 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 The undersigned hereby certifies that the cantractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Burnsco Construction, inc. By: John Burn Company (Fl e Print b331 Southwest Blvd. Signature: Address Benbrook, Texas 76132 Title: President CitylStatelZip {Please Print} Date: � • ( I� ' a � I �►1 �I1] �I.� �LiJI li Ct7►1 CtTY OF FOItT WORTH $TANDARD CONS'FKi1CTION 3PECIFICATIOfY DOCUMENTS Rev�sed July I, 20l I River's Edge Phase 3A CPN 1026G8 pb AS 26 - 1 CONTRACTOR COMPI,IANCE WITH WORKER'S COMPEIVSAT[OIY LAW Page I of l 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMFENSAT30N LAW 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 pravides worker's compensation insurance coverage for all of its emplayees emplayed on City 6 Project No. 1018$0. Cantractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcantractor's certificates ofcompliance with 8 worker's compensation coverage. 10 CONTRACTOR: 11 12 Burnsco Construction. Inc. ,.__.._,,__ By: John Burr�s 13 Company (Ple e Print) 14 15 16 17 18 19 20 21 22 23 24 25 6331 Southwest Bl�d. 5igrjature: Address Benbrook, Texas 76132 Tikle: President City/StatelZip (Please Print) THE STATE O�' TEXAS C011NTY OFTARRANT § § 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 John Bums , known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me tt�at he/she executed th� same as 29 the act and deed of President for the purposes and 30 consideration therein expressed and in the capacity therein stated. 3l 32 GIVEN UNDER MY HAND AND SEAL OF OFFiCE this 33 _ _. .. , 20��• 34 I l'� day of 35 � ��� 1 � A 36 ���� 37 4�'Rr AG@I CESfLIA CANAL�S Notary Public in and for the State of Texas i „ Notary !p p431552496 38 ` T My Commission Expires •y�f Ct YE July 2b, 2022 39 ND OF SECTION 40 CIi'Y OF FORT WORTH River's Edge Phase 3A STANDARD CON3TRUCTION SPECIFICATION UOCUMENTS CPN 102868 Revised April 2, 2014 5/12/2021 00 52 43 - 2 Developer Awarded Pro�ect Agreement Page 2 of4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accardance with the Contract 40 Documents an amount in current funds of Eight Hundred Ninety-One Thousand, Two Hundred 41 Sixteen and b01100 Dollars ($891,216.00}. �T� ��K�)� 11:7;[�71 �1 �I�Zrl�Ju 1 a�►Y I�y 43 5.1 CONTENTS: 44 A. The Cantract Documents which comprise the entire agreement between Developer and 45 Contractar concerning the Work consist of the following: 4b I . This Agreement. 47 48 49 50 51 52 53 54 55 SG 57 58 2. Attachments to this Agreement: a. Bid Form {As provided by Developer) 1) Proposai Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version} e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitrnent Form (If required} 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 6l 4. Supplementary Conditions. 62 5. Speci�catians specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 66 67 68 69 70 71 72 73 74 75 6. Drawings. 7. Addenda. 8. Documentation 5ubmitted by Contractor prior to Notice of Award. 9. The following which rriay be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Fieid Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTFI Itrver's Edge Phase 3A $iANDARD COiVSTRUC7'ION $PECIF[CATIQN DOCUMEIYTS — DEVEI,OPER AWARDEB PR0IECTS CPN 1018G8 Rev�sed June 16,2016 OD5243-3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 78 79 8Q 81 82 83 84 85 86 $7 61 Coutractor covenants and agrees to indemuify, hold harmless and defend, at its own expease, the city, its officers, servants and employees, from aad against any and all ciaims arising out of, or alleged to arise out of, the wark and services ta be performed by the cantractor, its of�cers, agents, employees, subcontractors, licenses or invitees under t�is contract. This indemni�cation nrovision is sneci�callv intended to operate and be effective even if it is alle�ed or proven that all or some,of,the damaQes bein¢ sought were caused, in whole or in uart. bv anv act. omission or negliQence of the citv. TLis indemnity provision is iniended to include, without limitatio�, iodemnity for casts, expenses and legal fees incurred by the city in defending against such claims and causes of acteons. 88 b.2 Contractor covenants aad agrees to indemnify and hold harmless, at its own ex�ense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of graperty of the city, arising out of, or alieged to arise out of, the work 91 and services to be performed by the contractor, its office�rs, age�nts, employees, 92 subcontractors, licensees or invitees uader this contract. This iodemnification 93 �rovision is specificallv intended to onerate and be effective even if it is alleeed or 94 proven that all or some of the damaees being so�eht were caused. in whole or in aart� 95 bv anv act. omission or neelieeace of the citv. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 103 i 04 7.3 i05 i06 107 l08 7.4 This Agreement, including alt of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the Developer. 5uccessors and Assigns. Develo�er and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect ta all covenants, agreements and obligations contained in the Contract Documents. Severability. l04 Any provision or part of the Contract Documents held to be unconstitutional, void or l i0 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all l t 1 remaining provisions shall continue to be valid and binding upon DEVELOPER and ll2 CONTRACTOR. l 13 7.5 Governing Law and Venue. 114 This Agreement, including all of the Cantract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the l 16 Northern District of Texas, Fort Worth Division. CITY OF FORT WdRTH R�ver's Edge Phase 3A STANDARD C01�[STRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 142868 Revised June l6, 2016 2/10/2021 12thMAY21 12thMAY21 12thMAY21 12thMAY21 12thMAY21 006219-2 ivIAINTENANCE BONA Page 2 of 3 l WHEREAS, Principal binds itself to repair ar reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Periad. 4 5 NOW THEREFORE, the condition of this obIigation is such that if Principal shall 6 remedy any defective Work, far which timety notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in fuil force and effect. :7 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with ali associated costs thereof being bome 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall 1ie in 16 �'arrant County, Texas or the United States District Court for the Narthern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 2i 22 23 CI"fY O� FORT WdRTH Rrver's Edge Phase 3A STANDARD CITY CONDITIONS — bEVELOPER AWARDED PROIECTS CPN ] 02868 Revised ]anuary 31, 2012 12thMAY21 �_• Liberty Mutua�a SURETY POWER OF ATTORNEY State o! PENNSYLVANIA County of MONTGOMERY KNOWN ALL PERSONS BY THE5E PRESENTS: ThaE The Ohia CasuaRy lnsuranoe Company is a corFwraSon duly aganized under the laws of Ihe State a( New Hampsh`re, that �ibedy Mutual Insurance Company is a capaation duly organized under Ihe raws of ihe Slate M Massachuse�,5, and West American Insurance Company is a oarpora5an duly arganized undar the laws o(the State af fndians {herein pollectively called the'Companies'}, pursuant to and by autlsority herein sek forth, does hereby name, canstitute and appoinC , Robbi Morales, Don E. Cornell, So hinie Hunter, Tina McEwan, Tome Petranek, Aicardo J R na, Joshua 5aunders, Kell A. Westbraok �� all o( the dty of Dallss state of TX each rndiaduaAy if there be more than one named, its Gue and Iawful attamey-in-Eact to make, exacute, seal, adsnowledge and deliver, for an on its behalF as suretyr and as ils ad end deed, any and a11 undedakings, bo�ds, reoognizanoes and other s�reiy oblgetions, in putsuanoe M thsse presents and shall 6e as bintGng upon Ihe Campanies as if Ihey have been duly signed by the presidenl and attested hy Ihe seaetary of Ihe Campanies ,n Iheir own proper persons. IN WITNE55 WHEREOf, this Power o( Atlomey has been subsaibed by an authorized o�icer or offiaal of the Campanies and Ihe carporate seals of Ihe Companies have been a[fixed Ihereto Ihis _. l9th day o( March , 2019 . N « c � �� � �, c� � � o; a_�i � � _-� � �N Oi L y' O O � C � � N a1 �1 � C � �� L Y w� a �, NC �� 0 ZU This Pawer of Attomey limits the acts of those named herein, and they have no authority lo bind the Cornpany except in Ihe manner and to the extent 6erein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Cpmpany West American Insurance Company c�sfic�� No: azao�aa �i6erty Mutual Insurance Campany P� tir�suqq �,Sr iNs� � tiKsu� The Ohia Casualry Insuranoe Company �J.�������oy�irt eJ�����4+�r+ � 3`����'�O �'m WestAmerican Insuranoe Compeny m y;1912 0 0 1919 � � 1991 0 �, -a D 4 ����� N rd'� �'dtcwu*�.aD =o �y4Y4',�� s +r�, �aa��w* aD� ` ` _ C g�7 * �� �yl � �'� �'k * �'� By' � --- �rn David M. Carey, Pssislent Secretary � On Ihis t9[h day of Marcn , 2019 before me personaEly appeared David M. Carey. who adcnowledged h mself #o be the Assislant SeaeTary of Libe�ty M�tual Insuraoce I o Company, The Ohio Casualty Company, and West American Insuranoe Company, and ihat he, as such, being aulhor�zed so to do, execute the taegoing insbument fa !he purposes = N Iherein conlained by sgnFng on behaH of the oorporafions hy himself as a duly authaized officer, c� w IN WITNE55 WHEREOF, I hsve hereunto subsaibed my name and affixed my nolarial seal st King of PrUssia, Pennsylvanis, an Ihe dsy and year first above wrilten. �p, ARST �Q �dQ��yp Ff CONiMONWEAiTH OF PENNBYLYANIA AA 4�a { Nolerial Seal � � I- G S 9 � RP Tuesa Pestella. Nolery Puhlic � upper Menon rwp.� Nbnlgomery Caunly �y: � My Cammisslon £xpires Marrh 28.20Y5 ��'vp�' nn�n�, r�rtie�� n�ew� � rw�� �eresa Pastella, lValary Public AY This Paver af Altomey is made and exewted pursuant ro and hy authority at Ihe following Sy-laws and Aulharixations of The Ohio Casualty Insurance Company, Liberrty Mn�ual Insurance Company, and Wesl American Insuranoe Company which resdutions are naw in f�Il force and eftect read ng as (dlows: ARTICLE IV— OFFICERS: Sedia� i2. Power of Attorney. Any olfice� or other offiaal of t�e Corporabon author�sd tar that purpo5e in writing hy the Chairman a Ihe President and subject ro such limita4an as the Chairman a Ihe President may prasaibe, shall appoint such attomeys-in-(ad, as may 6e necessary to ad in behalf of tt�e Corparation to make, exewte, seal, adcnowledge and deliver as surety any and all undertakings, bonds, recognizences and ather sureiy a�igaUons. Such allomeys=u�-(act, sub�ect to Ihe limitations set (arth in their respedi+re powers af attomey, shafl have [ull power to bind the Corpaation by their signature and execu6on of any such instruments and to a�ach i�ereto the sex[ of the Carporation. When so executed, such insbuments shal; be as bin�ng as if signed 6y Ihe President and attested to by the Seaetary. My power a aulhority granked to any re�xesentaGve ar attomey-in-[act under the provisions of tl�is artide may be revolted at eny time by the Board, the Chairman, the Presidenl a by Ihe oTficer or oifica�s granting such power ar aulharity. ART]CLE XIII — Execulion of Canuacts: Section 5. Surery Bands end Undertakings. My ol6cer o( Ihe Campany autt�orized for Ihat purpose in writing by tt�e chairman a the president, and subjeG lo such limitatians as the chsirman or Ihe president may presaibe, shali appant such attomeys-in-fad, as may be necessery to act in behalf ot the Company lo meke, execute, seal, adcnavledge and deliver as surety any end all undertakings, bonds, reoognizances and other surety oblgations. 5uch aflomeysin-lact subjed to the iimitati�ans set tath ,n their respective povrers af altamey, shall have full power ko bind the Canpany by tt�eir sgnature and exewtion of any such insW ments and bp attach thereto the seal o( the Company. When so executad such instruments shall he as binding as if signed by Ihe president and attested by the seaetary. Certiticate of �esignaGon — The Presidenl o( the Campany, acting pursuanl to the Bylaws of the Company, authorizes David M. Carey, Assistanl Seaetary to appoinl such altor�eys-in- fact as may he necessary to act on behalf a! Ihe Campany to make, execute, sea�, adcnowledge and d�Ner as surety any and all undertakings, bonds, reoognizancss and otlier surety obligations. AulhorizaGan — By unanimous cansent of tlte Campan�s Board of Directas, the Company consents thal fecsimile or mechanically repraduced signature a( any assistant seaetary of the Can�ny, wherever appearing upon a certfied copy of any power o( atlomey issued by the Company in oonnadio� with sureiy bonds, shall be valid and bin�ing upon the Company with the same tarce and effect as though manumy a�uced. I, Renae C_ lJewellyn. the undersigned, Assisfanl Secrelary, The Ohb Casually Insuranoe Campany, liberty Mutuat Insurence Canpany, and West American Insuranoe Com}�any do hereby oer6iy ihat the aiginal power of aaomey at which tl�e foregang is a f��, true and oorrect capy of the Power af Aaomey executed by said Campanies, is in full farca and effecl and has nalbeenrevoked IN TESTIhlEOHY WHERE4F, I have hereunto sel my hand and affixed the seals of said Companies Ihis � day of 1N8t/ ��Y IqBG � 1NS(►� 5 �' ����o�nfi � 3���r"b�P � �°��p�rOb nt� � 1912 � d 1919 � � 1991 � ��.. �+ : o s g• d,��°+cNu*E`�D y�� N�Mrs��L �ts �No�"K* aa y Renee C. Llewellyn, ASSistent SBCrefery �T t 1� h1 • �t� �M * 1�� 'o� Q� Q � C d � 1 � C y O � � c o c� �` a� � � m� 7 p � N � oQ €N M c °� o� �r LMS-12973 �MIG OGIC WAIG Mu�i Co 082018 -=• Liberty �utual, SUR�TY TEXAS IMPORTANT NOTICE To abtain information or make a complaint: You may ca11 toli-free for information or to make a complaint at 1-877-751-2644 Yau may als� write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Depa�tment of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (111-1 A} P. O. Box 14909 i Austin, TX 78714-9091 FAX: {S 12) 490-1047 Web: http://www.tdi.texas.eov E-mail: ConsurrierProtection tdi.texas. ov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, yav may contact the Texas Department of Ir�surance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part ar conditiori of the attached document. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2b40 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Frussia, PA I9406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-840-252-3439 Puede escribir a! Departamento de Seguros de Texas Consumer Protection (l 11-1A} P. O. Box 149091 Austin, TX 78714-9091 FAX # {512) 490-1447 Web: http:l/www.tdi.texas.gov E-maiL• ConsumerProtection(a�tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuel�e !a disputa, puede entonces comunicarse con e! departamento {TD[) UNA ESTE AVISO A SU POLiZA: Este avisa es solo para proposito de informacian y no se convierte en parte o condicion d�l documento adjunto. NP 70 68 09 01 LMS-1529210115 GILCO CONTRACTING, INC. • �I_ . U s.P - alU VL.� v� �,tl ��i�.. J id ' �u�{�iT��f'i �� �� �� Dewelcpar{��.vardcJ P��:,jtrc;!= - NI�UPC��n� F�[JRh,^. ��f� ����� ��� l'rtao;:t ll�ri fn'o�iaiion Bidder's Ap�licatton idlisl"-c:��� Spccitic��ti�n r]n�Ln' lii� llvsc=ipc�on t�io. c ti�;:U:�r h'o. h{:a��i�_ l��anti�. UNlT IV: PAV�N� 3MPF�OVEM�FIT8 1 3213.�1 C�1 �" Reinforcod C;�:r��: F�urTii 32 13 13 5'.' 117�� 2 321�1.�4C�d I IvJ���l�d I.irr�.a (30�'�5Y FarGeotecl7} 3211 2� TON 1$7 "s 3�11.UiC�1 �' _�n-e Trcatitrrrtil 32 11 P9 �Y 11486 4 3213.C3C2 fi' Cor7c; tiici�����1;� 32 �13 �Q S- 2�15 . . _. ... . . ._ . .. . ..._ . ..__, , . 5 3�13,�5C1 Rarrier �,•ee F�amp, Ty�:, R-1 ,3� 13 r�? �A � F, 3213.05�6 @orricr Fr��e F2arrp, Type P-1 � -`- � 32 13 24 E�1 8 I :37.�J1,{11�+J Opsa:� . -. .. .- --� - --� 3� 31 19 {:'' �J� �S 3292.01��0 $locJt Lcd Pla.,�rr��nk 32 A� 13 5Y i37 � :34�4i _h�:��:a:�� ��,���,,�r,���,�t�u r,i���, �s�f�� �������� r4�,,���� ,��� ai .�u C}`s G .. .. . .. . ...... . ... ... . _ . _.. . Il} 344i_��l��j �Uf'l�sll�?Ilsi�ll .#IurYr Si�•i {�r;�,in�j �1�unt .3�' �1 3C� Ft�, 6 . . . .. . . 11 f19f1�?_0012 Rnxil F3�riiC�de :}l� ;1C �:ll; E11 3 12 9995.0013 Pav�ment H��J�r VO �J� �C� ! F 9;� ._. _.. . ._ .. .. . _ .. . ... . .. 13 f+�+�+9.00"4 Reirca� E��,�rica�ie & f.;onnect ta Exis'in� �d �� �C� F�1 2 1� �^a�^�s,UO":� [;t�rl�x (�� }P,'idej . . M� +J{] �C Lf EiB90 15 {$ �-- � --.. 1fi . __ . __, 11 -- �- ------ - --- . . 1�$ - - - -- - ---�,-- - -- - � - � - - 95 � �- ---...--- - _. . �0 �, , ,..,- - - �j - ...,_..�--------- �2 + � �-- - Z3 �� ---- --- --- � - 24 —.T�.�.__., �G ., �. 2�S � 27 �-..,.- _.. �8 { 2J �-- :�0 . — _ ' ---- - 31 � - -- --,. 3� � - ---- � -�-�----� 33 - -- � - � 3�4 -- -� � .,..---�— 3v ��"� - --- � 3C �� —,--,- _..._...---.. . 37 �'-•--� - --� nt7 - --- ..... - - 39 ��....�� _ � J - ..r��..� _. �1 . ,.�—. � .._��- - 4� � ---�--- ----- �—�- . . . ------ _— - _. .-� -------.... __., 43 44 -.. . 45 --. . L3idclt�'s Pra:os�i: �Jh`.t?n;: I 3id S�3�L•= $36.15 $423,858.75 �1��.GC� �3�,7�7,CC �2.2�� $3�,613.fiC $5.:3� �14,3tif;.2 7 $7.G;�C�,C�C $S,�C�C.uC� $1165C.C� �13,2;:C..il;� ��r>,.r,r; �z,���.�c� $1.75 �33:1.'�5� $3'Sl}.l}l� �?�1��,�0� $1�v.C�C 575�.; � $1,5Lxd.CL' �4,5^�7,�4; ... �3�4��VU LaJU.JJI $SQC:CO 51,�70{1,�7; 51,G4 ?�1C���J3�,�J��, $550 561.�5 t:I 5{}F FXJFi'I' Vril�.l I ti'I'A 4f7.{+I f! C�}`!k'I i2': L': li Ih .til'Fr. �I�'f. PTJf}h� I1(1C�.'�ffi rC3 -LLl' F.I.{}���Fi k'h'kfif}F.fl i Hfl I�{'?5 F�:r�Yerio:}i.�t ix.'�:Ih �:i: 4n il R.:I r�ty;�s�l JAT.51: u:i �I_ �IJ [':31' � UI;J I'_{rll'{�ti:ll. I'� '.. . UNIT PRI�E BID lii.lfi�l I.rni �i7 SE�TION 00 42 d3 Developer�lwarded Fr:�jcc:is - FF2[)NU5�1. F�R1�1 Bidd�r'� J�Ippli�2�tior� I'iii;ct:l Il�r.i Iri.�cU��'I'IUfI � tiE�n:il'ic.7U;:�n l,'r.i:of �iJ r]c:�cii�.laui ��_c�.i�,r N�i ��10E�scrc t1�.���- kiJ Svwniur� UNIT I. �`JAT�Ft IMaF�4]'JEMENTS UNIT II� S,�NITARy 5E'1`,=R IM�F2C}VI=hAF.FJ I� UN1- III: DRAINAC�F Ir4iNF2[��`FMENT� UNIT EV: PqVIrJ� IrV1F'f�OVC�ICNT� UNIT V: STREET LIGI ITINC� 1�1F�kf]V�MFNTS UNf� VI �FL�FFIS; 51�Nt1L Ih�l'ROVCh�1CNTS Toi�] C.o i�c� � uriiun KiJ 'I'lus Rld ix Sniru�illrJ b.� Ihc euii[r o�a�me�l lkli�»�� li[l1UF.}#; {:ileo ('oui i aclu��, le�c. f�.i_41 yruirn�y�xl Itls�l� RPulii'arirl�, I l 7fi1.42 C nl� [a aeo,r aKrr.a o� � run� p Ir.�r +.1'f 1R k For I� I�' �1 E. :�C'{'1? P7'+LVC. F. x�191�i�� �:�.I�'I'RAl'J eomn�corew tit run �s proridcd in �lu� C:rurrul I�:isnaCiriVR"F� EVIa t?R Sk�':1'lieti I? itldr s Ymr.o;u I '.�nil k'-ic: 3id l'a;u: $SSG.SE1..! ���a,�afi,a ��"; C'hrirlea hlouncy � �� rn�i.F,= �ontract M�n��e L1:k'1 I� : �0 w�,rkiug al a}s afttr thc d acc whco chc CT4' �]F : U kl' l4'Ok I; I ti I':l?. �l:'tH:} L't}1 w I'141 �{'1=� }k' til'F{ iF:f' h I I{}h ISr}I'� kl I��ti - f}f''i �L�OPC74 i154 �414L�iL5 Yk{JlI�:L' L ti I�i:iiiik't�i;:nnMi..�:..'.:�I': .�:�S�Ji_Hi.Pn:�i:i<rl fYAh�.:{ 00 45 12 - 1 PREQUALIFICATION STATEMENT Page 1 of 1 2 3 4 5 6 7 8 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement 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. Major Work Prequalification T e Contractor/Subcontractor Company Name Ex iration Date CONCRETE Gilco Contracting, Ina 11/30/2022 CON/RECON UNLIMITED 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Gilco Cont�actin Inc. By: Dale R. Gilreath Company (Please Print) 6331 Southwest Blvd Signatu � � � Address Benbrook, Texas 76132 Title: President City/State/Zip (Please Print) Date 5����21 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 River's Edge Phase 3A CPN 102868 00 45 26 - 1 CONTRACTOR COMPLIANCE W1TH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worket•'s compensation insurance coverage for all of its employees employed on Ciry Project No. 102868. Contrac;tor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Gilco Contracting Inc. By: Company 6331 Southwest Blvd. Sigr Address Benbrook Texas 76132 Title City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT 0 � BEFORE ME, the undersigned authority, an this day personally appeared Dale R. Gilreath , known to me to be the person whose name is subscribed to the foregoing instruinent, and acknowledged to me that he/she executed the same as the act and deed of President for the purposes and consideration therein expressed and in the capacity therein stated. G1VEN UNDER MY HAND AND SEAL OF OFFICE this �a day of , 20� � ary Public in and for the State of Texas 38 3g END OF SECTION o°`�nYPG'•, LEIA MCQUIEN � 4P',.... 9- i �;�:' �= Notary Public, State of Texas z".�:��Qc Comm. Expires 06-26-2022 aa %9�.F•OF•t�'}�` �iir�a�i���` Notary ID 125446481 C1TY OF FORT WORTH River's Edge Phase 3A STANDARD CONSTRUCTTON SPECTFTCATTON DOCUMENTS CPN 1028G8 Rcviscd April 2, 2014 5/15/2021 ;u�5��3-� I�c4�t�1�74;rr:�xx,r�.�.:�.- I'm cc- �1.�n�rrr�cr.l 1'�a.t�.7 �,I�a 38 .�lrticic �#, C:[l�!'L'It.4(;7' PI��.C.E 39 Dew�e�ap�r ngrees tn ��a}' C;[�ni1'C3CCc�r la�r p�rlorn�t�ncz c�f�#]3e 1��'nrk ir7 acciFr{�i�ili� }i'III1 ll�r (.'t7nlr��c� 4{) L)c��i�inenls au au�ount ir7 currc�7� I'unct� 41I' F'�IV�. HLlll[iF�C� F'l��l' ��7l3llSr7�tl�, riv�: �ILL[1CI1'C�� �ixE}�-�.)Ill: �'� � i113C� �jr'�O� �4���c1CS ���v��5�i�._i,}}_ "--�- �3 Ar#I<'le �. C'{1NTR.�4C'i I)C)C:[: �'11�:N I'� �.5 5.] �'()N'fE��lTS; �$ 45 4G �7 �� � i� SO �1 5� ;; ;4 c� � �r ]� 58 �{� G(1 f� 1 fi � [�:� 6� G{ 6a 6i l48 {y�} 7ii �� 7� 73 74 �� ;'�, ']�l�e (;c}u#r�wct Doc4�itic�yts u�EiicF� L;cllTt�lC1�� j�7� �fY�l]'� �f�C��171�17T �]�LL4'�C17 C�c�+ck�E��r airti (.'C���1r��.lc�r ct�nc�er�sin� the ��4��rr�C ct�nwi�1 c�!'�I�� �'��I�t�u�ir��;= 1 _ �I�F�i; :�1�;r�;emenC, 2. AttacF�r���cr�1; �o �f�is A�ree�ne�3t� �. I�ii] 3�r�rr�� (.�1� provi<ieci L�}� De��ela�er} I � I'rreiat�w;�l F�c�rui (D��P �'�rsinn) �} F�rcqt�3lirc;�li��n Slt�lemani 3} SLBiC H11{{ f'tiilC'l7il LiC]{%1a17k�l3t5 �➢1'C1�{'i'� .4}1{;{�2�2f.'! b. Insurancc r1{�()Ftll �c���r�[.s} �:, I'��}�i7�ent Ciand [I)Al� Vcr.,ic�n) c3. E'erl`ormance Bond i�C)F�k' Vcr�i4�n} c_ M;iinl�n��nce C:ot��f [:DAP �'crsior7) !`. f'a7w��r t�f flttar���y� f43r tfi� Fini�d; g. V4'c�rktir�S C'VTri�}�llS{1t1011 Aft�C��iVlt ]�, ?��9i31-: ��r�?'trr �l�E. ('c+mu�il�neni rorin il? requircd) 3, �taridaE�d (�ii}� (�c���.ral C'c�ndiiit�ns of the Coi��#��uctit�rr ('c�n�rrr�1 �i�r f.��}�eloper r����arded Prcrjccts. �, �l]}]�}�2177�I1L�ll'l' {�nr7cli�it��1�. 5. ��cci�icaiions specifi�.all�� r7r�a�� ;� �xr1 c�C �h� C'onlr�act Dac�i3me�3ts b�� at#ac��nyci�t or, il� not att�cfyed, as itllCtirl'jlt�rri��.d I�y C4��1"�C1C� t�nd described in t€i� `�aE�lc t�?' [�',a�r�tcn�s +�1� �1�� Praject's Cotttr�t�.t �]c�cti�� ��.s�t�_ fi. ��r�u'in�;w. 7. ,�4ddct7{�;�. S_ U4�c�u�7cr�t���iam ;��bmiited b�� Contr��ctar prior tn h����icc arf r1 wr�r<i_ �7_ "�l�c Fc�llt����ir�4� u�hich i��ay be def��-er�.d nr issu�d af��.r �hc H:l�`ecii��e I�ate c�f the .�grecinc�yt �tncl, if i��ueci, b�com� an incorpnraicd ��trt s�f �}s� {'(fnLrn41 I7UCllC[1�1115: a, 1Votice ta T�rncccrl. b, Pi�ld ��rc{crs. c, C.h�n�e ��d�i:�. cf, Lettee of f iri�l r�cc��tc�r�cc; !'ETl'OP FlI�F',�'OkT[l E2�.k�cr"s Fd.g;. 1}Ir,�.� 3:4 S`1'RNU_'�lil] C{}VS'J kli{:I'I[]?�' 4F�{:I�']C +ITI()V 1-10CL��'1C�{IJ UL''YLE_�)Ye'I� All'.41i1]kE} PRi I!�{:'I � �j'\ 14;t'Sh1i ftck�ikcd lunc 1;�,2i}i�� Uv,c��#}-"s C)Cl��l{;�'i'-}�4i'1!4�4'� :}fC`�l'4.L r'SCfti4'117411. Psec ; 0''�1 ?{, Articlr 6. T111)N'�f��VIN'I(:,�'Cf�.}I� �� r 78 '�i� � [1 �l $� �� 8� 8v 8#� 87 88 89 �� {) I �J2 {�: 94 95 9G 47 G.1 C'ontrxctrrr cn��er��ut�; .����I a;��ees lo i�.cleinuif�', �o�d h�r�sticss and �cfcud, �t it� own cxprnsc, tlyc eity, its nf�eer�;, xervs�ni� �nc1 em�,�oyees, fron� s�nd a�ainsi a��s� ���d all clai��s �ris�ng nu� of. nr alle�,�rl ��� �r�xe c�u� 01', I�he work �ud ser��iecs to L>c ��crFnrnycd b�' the contr�ctor, its officcrs, a�eni�, em��l[ry��e�, �ubcoutr�ctors, liccnses ar iiyvitecs M�nd<�r #liis contraet. Tk�is iiy<lo,ruiilie�fi��n rvri�;���n. i� s��cjfic��ll�� in�ciy<lcd to a�cratc aad b�° ��ffcctivc c.��co if it is alic�ed t�r i�ro��en �h�t ;�ll vr svnie o� t�c d��ms��cs bciu� xr�u�h� wrere cause�l, in ���lyolc or..iu ���rt, b�• any aet, o�t�is�i�tn ��r ne{kli�enee of l:lye cit��. 'I�hix in�lemnit�- pr+�►�ision is iiytr�dcd tn includc, wiilt«vl lirnil�li��n, in�l�rnnity for ccr�i�. es��enxe� an�l [e�:�� �r.es ineurrcd by thc eitv in dcfe��c4it�� a�aiu�� �uct� cia im�; ;�z�d c�uxer� rsf act��ns. b.2 �:o�itracto� co��e�ran�c au�i a�;reex t� i�clerr�nify �od hold ��ruilcss, st i�s ou°n ex�xense, thc city�, its officers, servaRi� an[i ���loy�ees, frain �ud s�g�inst an�� anci all �oss, cl��r�:��;e ar dcstructia�y of �roper[y nr lF�e cii►�, ;�ri�in� Vut �f, ur siljcgccl to arisc out of, tk�c ��ork xucl scrviccs to bc per�orinc[i t��� lhe ca�nir:4Cl(�rt it� officcrs, xgents, cmplo}'ccs, st��cont��ctors, lice�tsccs or in�-itcc� �r�r�i�r ihir: c���lracl. '�'hi� iudc�nnifics�tian �ro��is�aiy is snrcifie�ll�� iutcnded �r� o�xer�tr anrl �re el7ecti��e even 'sf it is s�l�c�cd or },ro��en ik�al� �il ar some af tl�e c€au��hc.�_bcin� snu�lsi^wer�, cau�e�1 in ���hole or in ps�l't. kry an�� �c1. omissiau or uc�li2cncc af t�c eit�-. .. .. ��rti�lc 7. A�Y I S(:N:L.L.A �l �;(ll!� 98 7.1 Tci��t7s. t�{� Tern�s use� in tl�is .�grecr77�i7t arc �cEii�ccl in Rr�icic 1 0l� �he Star��iard C:it�� �'anditinns c�#' I r�{1 11ie C'onskruciion C.oiytract for L1�velt���cr r�s,���rdcc� I'rt}.R�.c4w, l�i� �,�. ,'�.SSI�'ClCTl��7t Ot C�ClCI'c�CY_ I+�� �['i�i� ,��;���eu�en�, includinr all of tlt� Cantract F)t�c�i�r7���1� �Ttt�y ncrL h� ���iv�€�ed by tlie I{l.3 (:c�€�1r;i�lc�r u�it�crul the zpdvance� express u�ritzcn ct�i3�crr� iFf 11�� I)c}�cl��per, 1�f� 7,3 ����.c�ss�}rs and ?�ssotins. J0� �)cvrCrF�,cr ,�ntl �;c)ii4r[tC4Ur eacf� L7ir�ds its��t, its ��l�trlCl'S, 541�.CCSS�1rS_ fiSwi�iiw xrsc3 1e�trl �OG rti�,rescr�lr,�i��c� 1c� iti� <}�her party lieteto, ii7 re���ec1 ia� all cc�vcn�x�tl�, el�r4�[xrcnl� s�nci 107 oE�li��tisarts cr���t�iincr� iri 4he C:c�ntfitc� L)oct�r�er�ts, C�i3 7_4 �cvc�'ahilil��- lU'i .�ti�� pr�r�+isini7 ���� ���rt a�f 1.h� (;crosftrc� i.�c}���Tr�e�7ts 1�eld t�, be uircoi7stitu�is�i�al, ����id c�r ll+� unenforceal>le bv � crr�rt c�f �.t�rr�T�tilcns �uri�ciic�la4�n �litoll li� de�n7ed stricken, ant� all lll ren�ain�iyg pra��isit���s sf7�lf ctrr�tina,c �t� F�� v�licl �ud birrcj�n� 4ipon DC�'GI.C?Pr�t �r7d ll? C'Cl�]TRAC�TOI�_ 1]= 7,� C�i}k+CE'[lli7� L.a�4� nr7d �'ci��ic. ]]4 �'ill� .��C��173�J7T, ii�clud��tg ajl t�t tltic �'t�����r�c� ])��cnrncnls is �x�rfor�nable in the S#�tte c�f �!� ['exa�, 1�'e€�u� sl�ail be 'T���r��tt C�runtw�_ Tcx�s_ a�r �E�c l: ni1c;� 51;��e� C�i�tr�cl {;ourt tor t17e ] I6 �iJl��l�]']7 �]StrtC�� Qf T�J{t'l5, T'nrt V4'nrtl7 [)i��iwior7. Cl�l i�� l}I l�[]K�l �4�[Fk2 I I l E2:++cr s�d�e F'�bcc ;.� � l'A.113A1�1) ['[}R'�']'i2S �{: I I{]V �IrF:['IFIC'�1'Cf[?N T�CN-[.I?w{Z.NTS - D�L'LLOl�L1L _1�t.�Kl]}s3} F'k{ }lk�.{:'I > {:fFN I 7^_k!i4 ltr.k��;a;.d Jur.wl�5,�',r�1G 2/10/2021 .-y� ,,G .4C=�]K!7 �- AG�EkJ�Y �USTdM�R IU: 57GOQ00180�'s LOC #; �4D�IT1�31�AL F���1�I�K� ��H��ULE ��,,� �� _ ^:a=R�v�l `i4'.1=71HSUn.=U 4an Risk Ser�fi�es Southa�est, Inc. C;;lr:o Contrac:ing, Inc. �vLn:V F, _�'dv=:2 Se? Certificate Nurnl�er; 57a085669212 {:+�.iHILH YhIC vOCC 5cc Ccrtificatc N�irnbar; ;7DOS5G69212 =rrtc�rrt�r.�� AUI?I I I[JiYRI. li t M RH IS� The ACOA D nsrme antl loga are regliicred marks ot A�pRo �CORP 101 ;244$.�41 } z; �Q�p� ,q�pp d CdiiP4RATd4H. kil rly IrLe reseraed_ 12th MAY 21 12th MAY 21 12th MAY 21 12th MAY 21 12th MAY 21 �lll$� lY-2 34 A fN'I'L.I� A,1CF �LIM1� U r,_,;t� a �,t� � � V4'�i�1tEAS, Prfr�cipa! bii3cl� itself tc� re��air or rcconstrt«.t the �L'ork in whale ur in pa�t 2 upon rc�ci}�ing ru��ic� fro�, �he Ue��rl�per at7d,�'t�r Cit�• p�` 4he necd [hereof at �ny time w�ick�in �he _3 M�int��lattce Pcriod, � � Iti�V4' i'H��t�N�[}RE, Lhe �or�diii{ru oi lEiis �krli�r�t�[rn i� sucfo �hat if r'rinti�r:�� sha[I r> rernccly ;�ny d��ective �4's�r�C, for whicli timcl}� noti�� �uas pi�c���icied by b4veloper nr C:ity, to a 7 c��rrt�71�CiDl7 xat.iSP�Clt�r}' #O t�i� �.�Ly, tI7��3 CI115 O�]II��iCi4�n S�3c�II �]4COClt� JIISI I ai7d vnit�; t�ther���3sc �u 8 rcrnt�in in fuil firi�ce atYd cl�ect. �� l0 YRII�'I])F:[]t fiOV1�E?V�R, ifP��it7c�pni sl�alf fMil sa ta r�pair or rect�n��ruct an}� ��mely ] 1 noticed defcr;live ��orka ]k 15 BcfC�� if18f. I�'l� D�v���,pee or C',i��� maw c�use a�i}` tlnt� �I � 5llC}] �z defactivc VJoelt #o lx. repaii��.d �r�dlor ��.coiistru�.�cd �vitlt �ll ass�cif�t�d costs tf,e.��ui� be�ng 15c�rne 13 hp� [he Princi��l �hc[ the �ur�ly under this M�xi�iC�.nsnce �3on�; artd 14 � 5 PR��'1DF,1) FURTH�:it, �I,�t if ttny �c�l �ctic�n be fi�ed c�r� this �crnd, venue shr�ll lie in 16 Tarr�n� f}ounty. "i�ex�rs s�r [f�e lJt7i�ic� Statcs flistrict C:af��r# for �[,� i�or[heen ]��s�rict of �-�;xas, Forl 17 VJn:�tfr f.]ivis��rn; �nd l8 19 P1�04'I�1��f] �`[;1�'1'1-R �R, tl3al Chis ob[i6H#iot� ;ht�ll fne �p�ilin�c�us itl n�itui� �r�d "_'U �uccessive r�G�ve�'ies may I�e hr�d 17tireo�� tur successi��c krre�ch�.s, �� �2 23 L'J'I'1' OF �C1Ef'I k4'C}ft'fFl Rivwr'S LJ�e Rh�SC 3�l .ST�'yT+U.�Rd C'fT1' CL1.y[]1'flC:1T;$ -�!]I:YF.Tfli'f_Et,��'AKT]El3PRC}JEC'T',* CPN =0Zii68 ReriAcd .1�1�ua ry' 31, 2�11 i 12th MAY 21 - � �����"�• 11��t�tu��, ..- 54�RETY I Il �s !'uwar �j �y[�pFnCy lirni's rhC ���y ul thos� n8med herern, anrl th�y h;�we no a�.nioority tn hllld Ule CornEiany pg�epl in Ih� r�7nne' �nd tu khe �gkerl� herein st�i��l, Liberty �4ulua! Insu:�nC�e f;Ornpany The O�io Casu�l�y dnsuranr� Company V�fest {lmerican Ir,s�ranc� �ompany POVh�ER O� A�T�FtNE1' CaTef�.�,r� Un 820�743 KNOlNN AI.L PFRSONS $Y 1RI�SF PRFS�NT5' Ih21 lhe Ohl6 ��2su21ks' InSiX�n�O C3Ynpany 19 3 oot;4r2har, dlir� O�j�iized �n�r Ihe 18'+45 6` lii� 9t�6e af i4eN N�rnp�ire, lh� UGeity �s4.ilU^I IPsut�w Cm�penv 19 8 C3Yp6ratinr ddly Ctgamaed urxipr tllc k.',rx o: Ihe Sla�e [` r,i�sachi.se;ls, enC'is'Es' i�nu'�c�.� Insut���cra i�rnpnnp is a co�p�rolicn d�ly o�zlei�cd �nder+he I#�.rs of �'ie 51aCeof In�Bne {f19'�ir: ailleGl;velyC�lor iF�'Companio9`j, Pi,541ank l0 ��i� by �i�0'[y IY_-ren sel i4'tl� dC[s hcro'�y rarnA r�5lllule �ptl ��pa�r.i, Rnldu L91Ka�cs,1]�i� J= ['n���ell. S�hinir F;IInll7. I-i17AA�jC��WJ:�_�J��I51i ['ci�ar��,, kF:u�doJ Rr5'nl_ JC�517�] S��iukir�.c, }.CLI�',i. V.'Cillniink - all of �e c ty oi __ f]a�l�las sLak� of �I-x par� in��rd�ally if 7h�re be rno� a G�a�ti ^ne rameG, its Irue a�xf lawful a;lome� in-fa�t io mxke, ORQ"_ule. s?vl. BCkIIOf�lE�9 d�d d�I;�L'f, fOf 8�!d Om i�s bBh31� �s Sureiy and d9 "L4 b�t and rkwd, �ryy 2f15 all ur.d�q8�4f�jS, b�n�s, ra�r.��$nv� ;��id dha-sur9ly Ob°�Q��u: in purs�ance of Ihese �e59nlh 2rd 8hell �e 8s bindiry upm �he C�Cst'p+�ni96 �8 � 1he'f have n9�1 d�l}' 9�red L� �he Fiesi�eni ar�d akiFs;�d bv �ra se�elary� oi IY� Compar�es ir �e r on,'p �tCpe� persara. IM 41'IiN�S514FIE REQF, 7�is P'xs�e' of �16arr�y hxc �}(,y'il tU�o-]Gf �I6fI Fi�' #i�' AII�IIOfQE� 6�1C{Y CT D��G�I � rryP. CC�I�w71: a'S 2ild jl$ C�f��C 56r7I5 Of II7@ GORL�81:Itl5 Fld'ie FQE7 $�LK[KI u��r�u,�s at�-n tlaycf ��.,�n �o» . I U3 �} �k, C� �; � � w� � � a� o� .�} � `� — 3 _� � "o} @ � �k � Q1 � a ,�; c �q �[f'1 U} {� � �} �� o.0 � � � � � � y- — � � qs v� � 4� S431u cf PENNSY4VrW�A .".cur. j� of k?C7N i[d' jF,�RY Li g.� �ILUJ� rl�wa�r.� COmCdny ��ti t59SUiq'�f' ,�T��TRIq�� ���;�NS R,�� TIlF{II5'0 ,�.�"J:i4cllkf If15L'fdflf.P C.0�1'�!#i1f � y�*ak :� �`' o� r.�� �o n � g u' �'°� �, '+1'�I J4irei h.a-i In�u�nce Cbl�ipany � # 1912 � � 9�19 � � 1981 � �' }��� � �' � ��,��ar, � � � �}'��, � �d����y*�a��,�b O��ranYS'�,�� f��i'�11hKF�� g_ rJ��r �#�} � x h q7 r ��'' � ���t f}naid hi. ,�'.8ra�. AesiSkdrd SeCrekdr� fJn Ihis I�f� tl�y o": Aiai ch �r} I'} te�fe mC paramelff �pPe�tacl L`a�id M. fi,�r�, ril�o ackiQu��j�c h�nisclf I� he tl,e Assistar I So�ala�y oi Liter.y �,k��,a� Irs�ra��x �vompa�iy, Tl,e c71vo Caaunty �u�y, an�sl�rl�r�ri�an I�sur�cb Gm'Pany. �nd tlr�t ne, as su�, nep�g aulh�ria� so ro co, exae.ule tl7e �ara�oi�g irs!�,,rna�k �r lha p�r�ases me�ir �ontainerJ by xi�r�irg nr ne�ary af 91,e c:u�paabons try hYr�d� ss a�aly a�lh�craef niGoEr. IF� un f NESS wkFRE pF, I h�va ia�e�mp subscfkio� my n�rne and 8f:`u�od rny �c�ri�l s�il �t ICui� pf f�-llsslii. P�igyh�a�ia pn �� d�y aud �ar fir�t �boh'e wnC9M. — l GOMM{SNWEhfTFI {JF PE`JN9YI,VJtIJI�* I � ry {zY .� ti-k,r �� ��I���I. 3aai "' ' , Y� 1 . � ( L I .,� I Tnr�aa F:aMI:. A�x�'r P��a r /}`, iR' � x�_} i �J�� 'ti�.:r.-t�h,.. �.arvGrmar,� f,r..�,�,r g�. '�l.eF�� !�Q ��i4eCJ �Y°: .F� f FAY�ur.seio}E,�pi�ud�4e�ch19.7n2� �esaPas�aFa,r�ataryruhlic �— �+i��'..� M1- : hl]ih:u� I'iiiiorrllY'�sf�51�{lil{���_jhi�lsrvni ,'��_ !�{..i 7h'4 P�f uf AI6ar�ey is rnBRc and e;+,�c�ted purs4�ill lo an�' hy flUUl�lt�f 4f Iho i*Ilo��'.ry� By�l�� aid r�inhvi�a�ICflx � Tne �hw� G63�811p' huu:ance CompBn/, Luuty MinuB� Ite�uz�ixe Ccrnpe9y, 8nd Vs+cstAiTxrican Insi,rAnco C:xrpa�y wh r� iC�oF�tiar� a'e noN ir fu1 fmo�rard ��C' fe8tl�ie a� fc1E�►x �R11CLE IVRf1F'E�Ck�: Scx:lion 12 P�rpfr;lGtme� Arry� o�i�er cr alluK u':�vi; Of #�B Cq�Oi�t�on �4hOf¢4�d (ui IFial �ur,�4se In w'Idnp hy� ¢�e C.93i1`12n � II� Phpsid^,nl, �ltl sub,zc' ;e, sirh IimIL�G�1 �a Ihe [narm�r ar the Pr�de�t rna}' prefait�e. �h�ll �lppqlnl s.idi aNmle;.s.Y�.f�d. as rna}� �e �Ipcgs52iy lo �vk In bo9�'f :f �lie C:�pCr�#ipq 1� fl;�ke, exeC,�ka, 9e91, �pSq�wk.�qr. and �I�IVCr a� sure�y ���y ard ell 4n�r�kln�M, bo�ds, reopgnl�a+'ce3 a-id r.tier s,uajy p�liy�La��s. 5udi grC�ikrf�-n-iacl, suhjeck 4p lhe li:n tavans sek 1Cr� i� tlluf i ssFertive ;,aWvg �t ;�Ilamev. kh�ll hp+aC ioll �:cwer 10 b;�� Ihe C.Cr,�aGon by 1�9Y sig�iahara �d exevu'r„1 Cf anp fu�h irSlydil�G��Es ard 'o al[ach �6'��4u Uic� .saal r.# �he COlpOfs�of�. V4hen sa 9k67�GOC, 9u�h iosb,�ni�r� s�haU be a5 bin�l� �s if s�nB� by Ih'c F'ie�dens ��,� 8ttc9[�1 lo by 1he SeGTeL3'��. �nY F�� Cf EUtl'ra'it}� yi anled -� dny rr,pf6S7n12Gve [r e'lana{�in ��cl under Ihe prouisio�s cf ahis Fltir,� r,ay be �xk�d ak any t�'9 ay ihe 3aand� 4�o Chuirrner.. Ihe FYe5i�1Cr l or bw Ihe �iflcei �f o�ficers granling si,r.h pr,wbi Cf aulliorih{ f4�TICtL Xall — F.xe�utipn of CUnUa�1s:.;q.iie,� $. $u��ky &:n�fs e�� Un�rlaklrgs. +1�5y �;(`,c�r �` Itre Conpar.y 5ulhofixed'x l�dk pu�use in uri0f� Uy "�� ciiairmdn Crihe FfEs��ix, and 5u:�ect Go s�oti liniiy6orv5 a3 IY� dl�t�l�l or IF� pr�91deR1 rn�y �sa�e, SIIAII A�SG'QII'f $�iYl �IE0T18�5-111={i'11� 83 �rw f he ieCes98Fy lo ad in heh.�lf �@ic. Ccur:ar� 1� mdke, eKecc7�, seal, dC�f�51e�]C 8Mtl �91i�er d9 5UfEiy 8n f�ud 211 ia�Cerscil��, haids, rao:qriza�oa� and otha� �utMy uoli���qng. $Wth �16crr�ks,-in-ia:i SLbj�+:l lo :�e lirnil�ljp�x x�: �:r q� i� I�qf fespc[#h+o pCiw�t; �? ��,x�y, gr��� I'�ve f�ll R�f Go hlc� ;hv C4mlaarry h}' IhHr �gn�lUf� dr�l exa�UliUfl Of �}' sudi irglfUrneP,ls ��d ia aNae.h -hereEC d�o seal � i�e Cr�l'p'siy 1+s1�� so er,enaled �i�r,� IuSUarneris ehFll te ss k.n�r� as if 5lgaed Lry ��e �reside�k 6�d att�[t�J :�}� Ih9 5evfetdfy. f.erklfiC9U� of Ocsi�naU4n— Fhe Ptex:.7enl �d d16 COn1�Hfy, �4�{il� PIIf3Ugill GO I�C E��'IuR'5 O�b'IE 4,CR1y�lrj' 211III9f1��5IJ�4f� �ti1t �2fE'� �islar,i 5ea�t2ry C� appoiuk S�s�l �IGcr�ea5•ir- �tiCt ti5 ,1'� f he rxp�s8ry ko e�, u�i Lwlu�? oi CIo CoTp�9y b] mBkC exop."6, sf�31, �'kf��xiedqD �n� deli�E'� 63 sdfe'y 8np and all urr^prl8<ings, bu�i�, rex.grizan�FS �il� u'.'iei tur�;p ohljgaliar.s. Aulliurifa[ian - A�r UIti2i1�5�1:5 ox�sait 7f khe C�.Ynp2r1�/s Bn�r� pj Cif�x:luis. iie ?�nr��ryk ppp,5�� �yt fs^gi�dg �{ rngCl;�i�icelly re�xm�,i�� Slgn2b.i�;,� eny a6sisisnl SCvtCWry ol Ihg ^fi�pany, whgi g4g� �ppy�rg ���r f;,C111fiCd a�py af eny pCw�t of alt�xn.:� Issued bf Iho t;art��ny IP uaunu::Gun �n��h 56�g1y G��s. SMbll t� 4a�d dn4 hin�np uFcr Il�e CcmG$ny �Nnh �e Sar�C Porce 9nd 6!f9Gt as ql0oyt� r��nn;,allp affi�ed. l Renee C. I:ewp' yn, Iha un3er=_igne�. J�,si��anl Saerarary� I hc 47F1iD Ca=_usl�y IMsut�ia: Cu�rPp.^.':, LiUEtI}' Rk�l�al Ins.ira�pe COmGBiry, 5�d 4V'es; Art�ri;x�n i,9s��f;:i�;:G CoTptvly do herwty ce�liFj Ihgt II-e ai�;nd pr.u+r.r nf 7�lutn�r� uf stifiivh tl1e fCtayciug "� �(ull, irtilc �nd �arpck Mnpy orq7c N���r or.�tkane�� exen.,�d hy s=id �Mor.,�ani� is ia full fo,ce a�d elfoci and h89 n4lheClrevn�gd IN I ESTIMCI�Y WNf�l�EQf I Fia�.�e hHeimlp gy�.�iX f�r�i and �fnx��l Ifla xaailaaf sati; C.e,n�p�itu Ihis pa;�qf ��- ti���`+C� .— . ._ �J c�°y°�'r ,�c �, sr�3U� ��,tY Ih'��, � 4t�sL,� � # `�a ,+� ,.5�' 34�rMR��� g.?�¢rva�F'l�7 �,Y �r4�R�#�'F '����p r' t f� � T � �+ �' � {' i W � �+f � *�9 `372 � aT s : 1919 � e� � 79$7 � � ��,� �'„���7 �*as��.p� ��4 °�9rHi55�d� 9 �kayn,gs+� � ,+ AFa�,.vh L �� �#� • ��` ��r'� * F�, "a�}'�T • ��'k '�'vCfY6] �. L�W�I jTl� irY341�n".:f�[l41dN 9rRl Na. 5Ba2 i MS-'2673 LNK CC{_':4M; �+�+G Co 96201d � � cn � � .� � � _H �� �� � il O Q � � 4 � � 4 s� �� �� � �i - �.�i�����v _ � i�L�����: ---- .5URFYY �1 li��47 �1�'�Pi��t"!'�►I�T T��1'r�'� To obt3in in�prinati0tl Or m�ke a CD�7lp��lr]t Yc,u n�ay ca�l �t�ll-C`i�ee for� infc�rrnatio�y or [i� E«�k� :s complaint ai l -8 77-751-�.Fs4� Ycru rr7;�v �Iso }�'r�te to' 2�[]0 Renaisslnce i31vd„ 4te. �00 lCing of-Frus;ia. Pr'� 194(}G-�75S 1`oei lll�i�' {;QClE�7C� �hc `Fc�xa� l��parirncnt c�F 11�Sklrtln�e� ta n�#ail� I���unnal�t��� t�n ��{���nie�, �s�veea�;�s, rigExts or �.om4�lair�ts �t I -�00-���-343 9 You �r,�y v��ri�e t17e '1'exa� D�p�ll'llll�l7� [}t �Ci�Lirsn�.� C'�rnsurr��r f'r�lecliun { E l i- E�1) I'. �, L�c�x 14{){}'� I �'�4usxi��, T?C ?87 ]�-t�{��}� F�'1x: {5��} 490-��07 �l'cb: hl�p;l�wv�����_tdi_tcx��.�c��_ r:-n�ail: Cansum�rf'ro�ctian�?isJi.tcx;��,�or� �'CtF.[�1�UM �R CLAIM [)E�P[ 1TE�: Should }��ru hz��� � c�is}��Etc c�nc�rnin� vc�ur �,rcma�,m or a�a�it a tilainx }�oi� 5�l{}k1I� fir.�l �[+fl�#lL'� ��1{`, tl��lll l)I' C&�� � -�(�{}-���^(�c�{}. I�'the dispule is nc�E resolw�e�, }'ou matr� contact f��� Tcxus Dcpartnyent n�-i��sur�nG�, .�"f�"I"r'4C'Fi TH[� 1��'l7{:N �i'{] YC?L?F2 P(i[.IC'Y: 'l�his oi�tice is �ur ���rurmxi�c�i� ot�l�' and dacs not h��:c�me a pa��t nr cor�[Iitic�n of tlye 2►tt�chcci �U�ldfllCllf, �l 1� �� � A�T€S� YM�'(}�TAT�IT.C; �'�C� t�ble�7er U1fOC����iU� t� pe�ra SOkT�C#�C Llrl�`� que�a� lJsted P«�cle �la�nar al �yumer� de telefona gi�ttis p�ea infnrrttr�cic}n c} p�r� sc�€�eter �itt� quej� �� 1-877�7� l �2��(1 �Jsted tt�mbien pued� escribir �: �2[}(1 E�cnaissance Tilvd., S�c, 40U Kin� c�f PrE�ssEa, i'A 1940�-2755 Pu�dc cc�munic�rse c�n �] I)epa�tar��enPo dc Sc�tir�s c��; 'I'exas ��ra obtener infnem�ci�n ���rc� de co�r�p�ni�s, c+�bertu�~as, det'echu� ca L�LI�]35 r�� �-���,���-i�_y�} l'taed�: cscribir a� L�cpartrii��cnto d�: �e�ueos �I� -['ex€�s Cun�umcr P��€��ectinn � I I 1- I,�) P, �, E3ox I �{)i19 i Au�Ein, TX 7$71�-9[191 F14.Y �(5 I 2) 49C�- I 0�17 1�Vel>: It�l,p:!lvM���� ���. �d i.te x�t�_ �,c}v fi-m�il: {;or�sume��Pi�tec�i€rn�::4�.i,���xas��or� f]1Sf'(.� 1�A5 4f}T3R� PRi1�111� � 1�E[:Lr�l��i�S; 5i iien�� eina d����uta cur7cer�ti���t� a�u prim� o�1 L�Ck 1`�C��m(r, r�C�3L` C0�114tllIC�i9'S� CCr�k �� a�;CRtC {a �riin�rc�, �i �o sc� resu�.lve la disE�ul�, ��ed� L.[�ltif]CeS GCriT11CClCC�1'Sl: CUR 4j cltip:.rrtait�ents� {�I�L�I) �.���1 E�'l�li r1Vl5C};t 5�.� i'O�IZ�1; Est� �,viso us �nln �S�r� �ropu�ilc� cl�: infc�Tmacann }' ��n �e Ca�r���E�.r�c ci� p{�irte o c�rrdi�:i��n �icl dc�cuittcn�c� z�ciju€�to, i�P70�8Q901 I Mti-I.'.t�!7 I{415 INDEPENDENT UTILITY CONSTRUCTION, INC. �� 1_ i: U:1i' - UIL� YRURh.LL PaPt ! u( 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application P•o rct ftctn IniLrnt:�tin ) n Iti.i�l.•t'. PtuEx�.:�l 13idli.t Itcm I)c..ri,tion Spc�i�i.rtion l l�it uf Rid . Xo. E S�cliu \��. \1aa. . i���st Pri���: RW YalUc n . wc Qu:mut� IT : T T IGHTI 1 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 1363 9.87 13,452.81 2 3441.3050 Fumishiinstali LED Lighting Fixture 34 41 20 EA 11 270.00 2,970.00 3 3441.3301 Rdwy Ilium Foundatbn TY 11 34 41 20 EA 11 1,213.53 13,348.83 4 3441.3341 Rdwy Illum TY 11 Pole 34 41 20 EA 11 1,723.53 18,958.83 5 3441.1410 NO 10 Insulated Elec Condr 34 41 10 LF 1363 1.29 1,758.27 6 3441 1408 NO 6 Insulate Elec Condr 34 41 10 LF z72g 1.29 7 3,516.54 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 NIT V: T HTING ['i Il� ( M ht 1R i" 4Y Mt iH SS.�W.VtI) C'(HSTRI Y�r7(T SPE("8�X'A7101Y UOCl]EYf3 - Oklt10lfl! A�'.W]tU rRWERS - Fas t'arm Nn `•. :olv Rn�s F4e SAR 0� C l3 ii 1h�r/.4V� in� I_ 1: U.1Y - BLL� YRU!'CK.LL nRe 7.�i 7 SECTION 00 42 43 Deve{oper Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Pini�:t i!;m Inli�:�ir.id�•:� 11iJdcr'. Pn�Ek•.:i I�idli.t '��.::���, tiFxtiiticarion [�nit uf Iiid \ , 17c.cnpcion [ nii Pricc Bid'�.ilu� _ S.cu.m \o. Mta.ure (ju_�m�c. Bid S�o�wn UNIT I� WATER IMPROVEMENTS UNIT il: SANITARV SEWER IMPROVEMENTS UNIT III: ORAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V� STREET LIGFiTiNG IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS T�is Bid k s�b�itted bv fre ntih M�ed i►ebw : BIDDER: Illd@P@fld@flt U�Illty COnStfUUCGOft, If7C. 5109 Sun Valley Drive FoR Worth, TX 76119 fNlrsc�er aRree, �o co�ie�e N O1G fir Fl� �L .�CCEYfA.�CE.ril� CUI�TIN(T cw�es a tv n�rwire� i 1re 4cseral f�as. E.�'D OF SE(TN)� c7n � rortr w�ncrt� Si.tVDARD CO[�SiRIYTI� 4ECg7CATlOPt OO[7?l.�CiS - Ok1t1�fER A1 A�l�'iS Fas \'ea � ':. �A19 io�al c'o■,tructiw n/a n/a n!a $54,005.2E a�": i ard Wolfe rrn.E: res Oa7E: 11-16-2020 � �orl-i� i�rs alkr tie LIe w�n 1�e Rwa�6i�eSARM4'U �Ho�w�l WIa` 00 45 l2 - 1 PREQUALIFICATION STATEMENT Page 1 of l 2 3 4 5 6 7 8 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement 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. Major Work Prequalification T e Contractor/Subcontractor Company Name Ex iration Date Street Li hts Inde endent Utilit Construction, Inc. 03/O1/2023 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Independent Utility Construction, Inc. By: Richard Wo Company (P se Print) � 5109 Sun Valley Drive Signature: �� � �, Address Fort Worth, Texas 76ll9 Title: President City/State/Zip (Please Print) Date: � � ! � ( ��r- END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 River's Edge Phase 3A CPN 102868 00 45 26 - 1 CONTRAC'TOR COMPLIA�ICE WITH V1%ORKER'S COMPENSATION LAVV" Page 1 of 1 ? 3 4 5 6 7 8 9 10 11 12 13 14 15 1( 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 �� 34 35 36 37 38 39 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Piusuant to Te;cas Labor Code Section 40(.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 102868. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Independent Utility Construction, Inc. By: Richard Wolf Company ,1 ase Print) 5109 Stm Valle� Signature: - � Address Fort Worth TX 7(119 Title: President City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OFTARRANT � � BEFORE ME, the undersigned authority, on this day personally appeared Richard Wolfe , 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 Independent Utilitv Construction for the purposes and consideration therein expressed and in the capacity therein stated. �/ `.G�t �. G UE T LTNDER MY HAND AND SEAL OF OFFICE this day of j �.r'Y�i��. r` \�, Zo�. � i � l i I ,; ��"""� CHRISTINA GARCIA � ; SPPY PU� i� � :2;:� �:Notary Pub�ic, State of Texas ; �: 'p; Comm. Expires 12-20-2024 �'.;;o��;.` Notary ID 130940785 F SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS Revised April 2, 2014 dL-C'L" �-'`�, of Texas River's Edge Phase 3A CPN 102868 5/12/2021 0052q±-2 Developer Awlyded Prqject Agrezment Page ? of 4 3R Article 4. CONTRACT PRICE �9 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Docimients an amount in current funds of Fifty-Four Thousand, Five and 28/100 Dollars 41 ($54, OO.i.28). 42 Article .5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Doctunents which comprise the entire agreement between Developer and 45 Contraetor concerning the Work consist of the following: 46 1. This Agreement. 47 48 49 50 �1 52 53 54 55 56 57 58 59 GO 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequali�cation Statement 3) State and Federal documents (project speciJic) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Perforniance Bond (DAP Version} e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 68 69 70 71 72 �3 74 75 8. Documentation submitted by Contractor priar to Notice of Award. 9. The following which may be delivered ar issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITI" OF FORT WORTH Rirer's Edge Phase �A STANDARD CONSTRLrCTiON SPECIFICATION DOCLT'�1ENTS — DEVELOPER A�I�'ARDED PROJECTS CPN 1023G8 Re� ised June 1 G. ? 016 00 �2 43 - 3 Developer A�varded Project Agreement Page > of 4 76 Article 6. INDEMNIFICATION 77 78 79 80 81 82 83 84 RS 86 87 88 89 90 91 92 93 94 95 96 97 6.1 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 �rovision is snecificallv intended to onerate and be effective even if it is alle�ed or nroven that all or some of the dama�es being sou�ht were caused, in whole or in uart, bv anv act omission or ne�li�ence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such daims and causes of actions. 6.2 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 snecificallv intended to onerate and be effective even if it is alle�ed or nroven that all or some of the damages being souEht were caused in whole or in nart bv anv act, omission or ne�ligence of the citr. Article 7. MISCELLANEOUS 98 71 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor witho�it the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners; successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Doctunents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional. void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all I11 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. L 13 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 11� Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH River's Edge Pliasz iA STANDARD COVSTRUCTION SPECIFICATION DOCLP:�fENTS — DEVEL(�PER A�V?,RDED PROJECTS CP�I 102868 Rec�ised June IG.?O16 VLWVIaII LIIYDIV�/O IV. JI VVVJI L 1'�r�.a taa�v r�rr�+✓ �r� �vvv��r�rrvM W J7 Y; � � Ikvetoper Awardcd Pn�jec� Agccemenl Pagc�of4 117 I 18 7.G Authority ta Sign. 119 120 121 122 f23 12�3 iz] ia� Contractor sh�ll attach evidence af auihority Eo sign A�reement, if other than duly authorized signatory of the Contractor. [N WITNESS WHEREOF, Developer and Contractor have exeeuEed this Agreement in multiple counterparts. This Agreement is eft'ective as of the last date signed by the Parties {"Effcctive Date'Yj. Contractot: Developer: Inde endent Utili�('onsrruction, Inc. Forestar (USA) Real Estate Group, Ine. oowsgn.a by: $ B ��A+ �A�jAY'!,S l �g r�� _ . . -- i�nature) - .. Richard Wolfe Kevin �azares {Printed Name} i27 (Frinted Name) Titie: �resident Title: Investments & oevel opment oi rectar Company Name: independem Utility Catnpany name: Forestar (USA} Real Estate Construction, Inc. Group, Inc. Address: 5109 Sun Vaile Drive Address: 2221 E, Lamar Bivd Suite 790 CitylStatefZip: �ort Worth, TX 7G1 �9 � � �` Date ,`������ts� r�iir���i ��� ��{SSTR(/cr ��i, ��� ,�.�•�•.....,��+�Oy r�� � ,c�'•rQp �R'4�•. � �� �iV �'io= ��zi S�1L �b� � � ' �� � � Z�Z� • � .� o,_7 .�� 79.���,Q,�y``�� �/��VQji yh.�N� � r � ���I�j�+����s,����� Cityr $tate; Zip: Arlington, TX 7600G �/10/2021 Date C[iY OF FQRT WORTH Riser's Edge Phase 3A STANdARD CUNSTRi�CTi(}N SP£CL�ICATION D(K'CfME:+�TS - DEY�.LOPER AWARpED PRAJGCTS CPN I fl'_>86$ Rctiix3 Juno l6. 3016 12thMAY21 12thMAY21 12thMAY21 12thMAY21 12thMAY21 oo�z i�-z MAIN"fLNANCE 130ND Pa,e 2 oi 3 Bond No. 124182 1 ? 3 4 5 6 7 8 9 10 11 I? 13 I� 15 16 17 13 19 20 ?� ?2 �; WHEREAS, Principal binds itself to repair or recoi�struct the Woi-k in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the MainTenance Period. NOW THEREFORE, the condition of this obli�ation is such that if Principal shall remedy any defective Worl<, for which timely notice �-vas provicled by Developei• or City, to a coinpletion satisfactoly to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Prii�cipal shall fail so to repair or reconstruct any timely noticed defective Worl<, it is agreec( that the Developer or Cit_y may cause any and �II such defective Worl: to be re}�aired and/or reconstructed ��ith all associated costs thereof being borne by the Principal ai�d the Surety under this Maintenance Bond; and PROVID�D FURTHER that if any le�al action be filed on this [3ond, venue shal] lie in Tarrai�t County_ Texas or the United States District Coin�t for the Northern District of Te�as. Fort Worth Division: and PROVID�D FURTHER, that this oblivation shall be continuous in nature and successive recoveries may be hacl hereon for successive breaches. CITY OF 1=0RT WORTII STANDARD C1Tl' CONDITIONS — DEVLLOPER AWnRDED PRQIECI S Revised.lanuary 31_ 201? Rivers Edge Phase 3A City Project No. 102868 12thMAY21 IMPORTANT NOTICE To obtain information or make a complaint You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(cr�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(u�tdi.state tx us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARIrv� � rfi5 SAnne POWER # AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center. Ol�io Know AI! Men by ihese Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a"Company" and collectively as "Companles," duly organized and existing under the laws of the State of Ohio, and having its pr(�ncipal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred in fts name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - . LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE tJOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK OEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) fn-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be !t Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authorfty to appoint any one or more suitable persons as Attorney(s)-fn-Fact to represent and act for and on behait of the Company subject to the following provisions: The Attorney-rn-Fact. may be given fuli po�ver and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fac[ shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D., 2011 . Corporate � .• ' . ��� "••,,, a-.... �� Seals \ , C '�� Affixed �O �" .s1.' •• �o �t : ti= �E k��� :;� = v e, �7 A'.�'i`�„' 'i :yL7 .,.�• �{ Y� State of Ohio '"'"" County of Medina ss.: POWER NO. 4220052 06 Westfield Insurance Co. �lISUp `��"�' 11VESTFIELD INSURANCE COMPANY ; ��..••� —"*�!'E,��J WESTFIELD NATIONAL INSURANCE COMPANY OH10 FARMERS INSURANCE COMPANY ,�: �NpRTFRfp': �'- �:, 18�48 «� � � � ... - ey. �� """ Richard L. Kinnaird, Jr., National Surety Leader and Senior Executive ` O`,�-�i(�NF,�.�NSG�- =�u: ;�=' ; �,-. SEAL :"_ �-: ;m= =,�-. : �; .�' •o� ..k_. On this 20th day of APRIL A.D., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Compa�ies; and that he signed his name thereto by like order. N ota ri a l ` µ,,,.«�.«,,,,N � Seal •`• R� A � •ti.,, • Affixed ,�Q;' ����/ •.`S : o : ��. �% y '= Z:�:w ��.r . '� •� • William J. Kahelin, A rney at Law, Notary Public State of Ohio ::N �1. ���p My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: .T : QT� OF �. I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out i� the Power of Attorney are in full force and effect. (n Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of A. D.. . ,.���aSUK.t�k�•,,, ,��P.���i�.��",'ti-, �`a .. '"' �'� t ' �'� � �SG �"= `-,' :t�i `�O: . 9 _ � ;�� :�: '-z: �;� ��.�� a� _ �: SEAL :m; ��`�'•1.-,r�` f t'� �=?i'•- ' O ' ��o` -•-'^^'", � . ���. •• o *, 1848: F �i�� � ^' ' ,, � 1 � � secretary Frank A. Car�ina, Se��etary BPOAC2 (combined) (06-02) CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- N/A N/A N/A 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. River’s Edge Phase 3A CPN 102868 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. River’s Edge Phase 3A CPN 102868 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE River’s Edge Phase 3A CPN 102868 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Air Pollution Watch Days 10 e. Use of Explosives, Drop Weight, Etc. 11 f. Water Department Notification 12 g. Public Notification Prior to Beginning Construction 13 h. Coordination with United States Army Corps of Engineers 14 i. Coordination within Railroad permits areas 15 j. Dust Control 16 k. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 – General Requirements 22 3. Section 33 12 25 – Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. Measurement 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 21 Specification 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination with the Texas Department of Transportation 24 1. When work in the right-of-way which is under the jurisdiction of the Texas 25 Department of Transportation (TxDOT): 26 a. Notify the Texas Department of Transportation prior to commencing any work 27 therein in accordance with the provisions of the permit 28 b. All work performed in the TxDOT right-of-way shall be performed in 29 compliance with and subject to approval from the Texas Department of 30 Transportation 31 B. Work near High Voltage Lines 32 1. Regulatory Requirements 33 a. All Work near High Voltage Lines (more than 600 volts measured between 34 conductors or between a conductor and the ground) shall be in accordance with 35 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 36 2. Warning sign 37 a. Provide sign of sufficient size meeting all OSHA requirements. 38 3. Equipment operating within 10 feet of high voltage lines will require the following 39 safety features 40 a. Insulating cage-type of guard about the boom or arm 41 b. Insulator links on the lift hook connections for back hoes or dippers 42 c. Equipment must meet the safety requirements as set forth by OSHA and the 43 safety requirements of the owner of the high voltage lines 44 4. Work within 6 feet of high voltage electric lines 45 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. Notification shall be given to: 1 1) The power company (example: ONCOR) 2 a) Maintain an accurate log of all such calls to power company and record 3 action taken in each case. 4 b. Coordination with power company 5 1) After notification coordinate with the power company to: 6 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 7 lower the lines 8 c. No personnel may work within 6 feet of a high voltage line before the above 9 requirements have been met. 10 C. Confined Space Entry Program 11 1. Provide and follow approved Confined Space Entry Program in accordance with 12 OSHA requirements. 13 2. Confined Spaces include: 14 a. Manholes 15 b. All other confined spaces in accordance with OSHA’s Permit Required for 16 Confined Spaces 17 D. Air Pollution Watch Days 18 1. General 19 a. Observe the following guidelines relating to working on City construction sites 20 on days designated as “AIR POLLUTION WATCH DAYS”. 21 b. Typical Ozone Season 22 1) May 1 through October 31. 23 c. Critical Emission Time 24 1) 6:00 a.m. to 10:00 a.m. 25 2. Watch Days 26 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 27 with the National Weather Service, will issue the Air Pollution Watch by 3:00 28 p.m. on the afternoon prior to the WATCH day. 29 b. Requirements 30 1) Begin work after 10:00 a.m. whenever construction phasing requires the 31 use of motorized equipment for periods in excess of 1 hour. 32 2) However, the Contractor may begin work prior to 10:00 a.m. if: 33 a) Use of motorized equipment is less than 1 hour, or 34 b) If equipment is new and certified by EPA as “Low Emitting“, or 35 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 36 alternative fuels such as CNG. 37 E. TCEQ Air Permit 38 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 39 F. Use of Explosives, Drop Weight, Etc. 40 1. When Contract Documents permit on the project the following will apply: 41 a. Public Notification 42 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 43 prior to commencing. 44 2) Minimum 24 hour public notification in accordance with Section 01 31 13 45 G. Water Department Coordination 46 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. During the construction of this project, it will be necessary to deactivate, for a 1 period of time, existing lines. The Contractor shall be required to coordinate with 2 the Water Department to determine the best times for deactivating and activating 3 those lines. 4 2. Coordinate any event that will require connecting to or the operation of an existing 5 City water line system with the City’s representative. 6 a. Coordination shall be in accordance with Section 33 12 25. 7 b. If needed, obtain a hydrant water meter from the Water Department for use 8 during the life of named project. 9 c. In the event that a water valve on an existing live system be turned off and on 10 to accommodate the construction of the project is required, coordinate this 11 activity through the appropriate City representative. 12 1) Do not operate water line valves of existing water system. 13 a) Failure to comply will render the Contractor in violation of Texas Penal 14 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 15 will be prosecuted to the full extent of the law. 16 b) In addition, the Contractor will assume all liabilities and 17 responsibilities as a result of these actions. 18 H. Public Notification Prior to Beginning Construction 19 1. Prior to beginning construction on any block in the project, on a block by block 20 basis, prepare and deliver a notice or flyer of the pending construction to the front 21 door of each residence or business that will be impacted by construction. The notice 22 shall be prepared as follows: 23 a. Post notice or flyer 7 days prior to beginning any construction activity on each 24 block in the project area. 25 1) Prepare flyer on the Contractor’s letterhead and include the following 26 information: 27 a) Name of Project 28 b) City Project No (CPN) 29 c) Scope of Project (i.e. type of construction activity) 30 d) Actual construction duration within the block 31 e) Name of the contractor’s foreman and phone number 32 f) Name of the City’s inspector and phone number 33 g) City’s after-hours phone number 34 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 35 A. 36 3) Submit schedule showing the construction start and finish time for each 37 block of the project to the inspector. 38 4) Deliver flyer to the City Inspector for review prior to distribution. 39 b. No construction will be allowed to begin on any block until the flyer is 40 delivered to all residents of the block. 41 I. Public Notification of Temporary Water Service Interruption during Construction 42 1. In the event it becomes necessary to temporarily shut down water service to 43 residents or businesses during construction, prepare and deliver a notice or flyer of 44 the pending interruption to the front door of each affected resident. 45 2. Prepared notice as follows: 46 a. The notification or flyer shall be posted 24 hours prior to the temporary 47 interruption. 48 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b. Prepare flyer on the contractor’s letterhead and include the following 1 information: 2 1) Name of the project 3 2) City Project Number 4 3) Date of the interruption of service 5 4) Period the interruption will take place 6 5) Name of the contractor’s foreman and phone number 7 6) Name of the City’s inspector and phone number 8 c. A sample of the temporary water service interruption notification is attached as 9 Exhibit B. 10 d. Deliver a copy of the temporary interruption notification to the City inspector 11 for review prior to being distributed. 12 e. No interruption of water service can occur until the flyer has been delivered to 13 all affected residents and businesses. 14 f. Electronic versions of the sample flyers can be obtained from the Project 15 Construction Inspector. 16 J. Coordination with United States Army Corps of Engineers (USACE) 17 1. At locations in the Project where construction activities occur in areas where 18 USACE permits are required, meet all requirements set forth in each designated 19 permit. 20 K. Coordination within Railroad Permit Areas 21 1. At locations in the project where construction activities occur in areas where 22 railroad permits are required, meet all requirements set forth in each designated 23 railroad permit. This includes, but is not limited to, provisions for: 24 a. Flagmen 25 b. Inspectors 26 c. Safety training 27 d. Additional insurance 28 e. Insurance certificates 29 f. Other employees required to protect the right-of-way and property of the 30 Railroad Company from damage arising out of and/or from the construction of 31 the project. Proper utility clearance procedures shall be used in accordance 32 with the permit guidelines. 33 2. Obtain any supplemental information needed to comply with the railroad’s 34 requirements. 35 3. Railroad Flagmen 36 a. Submit receipts to City for verification of working days that railroad flagmen 37 were present on Site. 38 L. Dust Control 39 1. Use acceptable measures to control dust at the Site. 40 a. If water is used to control dust, capture and properly dispose of waste water. 41 b. If wet saw cutting is performed, capture and properly dispose of slurry. 42 M. Employee Parking 43 1. Provide parking for employees at locations approved by the City. 44 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit 13 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 EXHIBIT B 1 2 3 4 01 33 00 - 1 SUBMITTALS Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. River’s Edge Phase 3A CPN 102868 01 33 00 - 2 SUBMITTALS Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions River’s Edge Phase 3A CPN 102868 01 33 00 - 3 SUBMITTALS Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs River’s Edge Phase 3A CPN 102868 01 33 00 - 4 SUBMITTALS Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) River’s Edge Phase 3A CPN 102868 01 33 00 - 5 SUBMITTALS Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 River’s Edge Phase 3A CPN 102868 01 33 00 - 6 SUBMITTALS Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. River’s Edge Phase 3A CPN 102868 01 33 00 - 7 SUBMITTALS Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] River’s Edge Phase 3A CPN 102868 01 33 00 - 8 SUBMITTALS Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days River’s Edge Phase 3A CPN 102868 01 45 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. River’s Edge Phase 3A CPN 102868 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE River’s Edge Phase 3A CPN 102868 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 17, 2012 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request River’s Edge Phase 3A CPN 102868 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 17, 2012 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments River’s Edge Phase 3A CPN 102868 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 17, 2012 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE River’s Edge Phase 3A CPN 102868 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired River’s Edge Phase 3A CPN 102868 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control River’s Edge Phase 3A CPN 102868 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities River’s Edge Phase 3A CPN 102868 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE River’s Edge Phase 3A CPN 102868 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. River’s Edge Phase 3A CPN 102868 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1) Allow a minimum of 5 working days for permit review. 2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION River’s Edge Phase 3A CPN 102868 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE River’s Edge Phase 3A CPN 102868 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. River’s Edge Phase 3A CPN 102868 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review River’s Edge Phase 3A CPN 102868 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE River’s Edge Phase 3A CPN 102868 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources\02 - Construction Documents\Standard Products List B. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. D. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] River’s Edge Phase 3A CPN 102868 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List River’s Edge Phase 3A CPN 102868 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. River’s Edge Phase 3A CPN 102868 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. River’s Edge Phase 3A CPN 102868 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION River’s Edge Phase 3A CPN 102868 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE River’s Edge Phase 3A CPN 102868 01 74 23 - 1 CLEANING Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. River’s Edge Phase 3A CPN 102868 01 74 23 - 2 CLEANING Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. River’s Edge Phase 3A CPN 102868 01 74 23 - 3 CLEANING Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. River’s Edge Phase 3A CPN 102868 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE River’s Edge Phase 3A CPN 102868 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. River’s Edge Phase 3A CPN 102868 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion River’s Edge Phase 3A CPN 102868 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE River’s Edge Phase 3A CPN 102868 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten River’s Edge Phase 3A CPN 102868 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. River’s Edge Phase 3A CPN 102868 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams River’s Edge Phase 3A CPN 102868 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings River’s Edge Phase 3A CPN 102868 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed River’s Edge Phase 3A CPN 102868 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. River’s Edge Phase 3A CPN 102868 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". River’s Edge Phase 3A CPN 102868 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. River’s Edge Phase 3A CPN 102868 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE River’s Edge Phase 3A CPN 102868 02 41 14 - 1 UTILITY REMOVAL/ABANDONMENT Page 1 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 0SECTION 02 41 14 1 UTILITY REMOVAL/ABANDONMENT 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Direction for the removal, abandonment or salvaging of the following utilities: 6 a. Cathodic Protection Test Stations 7 b. Water Lines 8 c. Gate Valves 9 d. Water Valves 10 e. Fire Hydrants 11 f. Water Meters and Meter Box 12 g. Water Sampling Station 13 h. Concrete Water Vaults 14 i. Sanitary Sewer Lines 15 j. Sanitary Sewer Manholes 16 k. Sanitary Sewer Junction Boxes 17 l. Storm Sewer Lines 18 m. Storm Sewer Manhole Risers 19 n. Storm Sewer Junction Boxes 20 o. Storm Sewer Inlets 21 p. Box Culverts 22 q. Headwalls and Safety End Treatments 23 r. Trench Drains 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 28 2. Division 1 – General Requirements 29 3. Section 03 34 13 – Controlled Low Strength Material (CLSM) 30 4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 31 5. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 32 6. Section 33 11 11 – Ductile Iron Fittings 33 7. Section 33 11 13 – Concrete Pressure Pipe, Bar-wrapped, Steel Cylinder Type 34 8. Section 33 11 14 – Buried Steel Pipe and Fittings 35 9. Section 33 12 25 – Connection to Existing Water Mains 36 1.2 PRICE AND PAYMENT PROCEDURES 37 A. Utility Lines 38 1. Abandonment of Utility Line by Grouting 39 a. Measurement 40 02 41 14 - 2 UTILITY REMOVAL/ABANDONMENT Page 2 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) Measurement for this Item shall be per cubic yard of existing utility line to 1 be grouted. Measure by tickets showing cubic yards of grout applied. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under “Measurement” shall be paid for at the 5 unit price per cubic yard of “Line Grouting” for: 6 a) Various types of utility line 7 c. The price bid shall include: 8 1) Low density cellular grout or CLSM 9 2) Water 10 3) Pavement removal 11 4) Excavation 12 5) Hauling 13 6) Disposal of excess materials 14 7) Furnishing, placement and compaction of backfill 15 8) Clean-up 16 2. Utility Line Removal, Separate Trench 17 a. Measurement 18 1) Measurement for this Item shall be per linear foot of existing utility line to 19 be removed. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under “Measurement” shall be paid for at the 23 unit price bid per linear foot of “Remove Line” for: 24 a) Various types of existing utility line 25 b) Various sizes 26 c. The price bid shall include: 27 1) Removal and disposal of existing utility pipe 28 2) Pavement removal 29 3) Excavation 30 4) Hauling 31 5) Disposal of excess materials 32 6) Furnishing, placement and compaction of backfill 33 7) Clean-up 34 3. Utility Line Removal, Same Trench 35 a. Measurement 36 1) This Item is considered subsidiary the proposed utility line being installed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 are subsidiary to the installation of proposed utility pipe and shall be 40 subsidiary to the unit price bid per linear foot of pipe complete in place, and 41 no other compensation will be allowed. 42 4. Manhole Abandonment 43 a. Measurement 44 1) Measurement for this Item will be per each manhole to be abandoned. 45 b. Payment 46 1) The work performed and materials furnished in accordance with this Item 47 and measured as provided under “Measurement” shall be paid for at the 48 unit price bid per each “Abandon Manhole” for: 49 02 41 14 - 3 UTILITY REMOVAL/ABANDONMENT Page 3 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a) Various diameters 1 b) Various types 2 c. The price bid shall include: 3 1) Removal and disposal of manhole cone 4 2) Removal, salvage and delivery of frame and cover to City, if applicable 5 3) Cutting and plugging of existing sewer lines 6 4) Concrete 7 5) Acceptable material for backfilling manhole void 8 6) Pavement removal 9 7) Excavation 10 8) Hauling 11 9) Disposal of excess materials 12 10) Furnishing, placement and compaction of backfill 13 11) Surface restoration 14 12) Clean-up 15 5. Cathodic Test Station Abandonment 16 a. Measurement 17 1) Measurement for this Item will be per each cathodic test station to be 18 abandoned. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under “Measurement” shall be paid for at the 22 unit price bid per each “Abandon Cathodic Test Station”. 23 c. The price bid shall include: 24 1) Abandon cathodic test station 25 2) CLSM 26 3) Pavement removal 27 4) Excavation 28 5) Hauling 29 6) Disposal of excess materials 30 7) Furnishing, placement and compaction of backfill 31 8) Clean-up 32 B. Water Lines and Appurtenances 33 1. Installation of a Water Line Pressure Plug 34 a. Measurement 35 1) Measurement for this Item shall be per each pressure plug to be installed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under “Measurement” shall be paid for at the 39 unit price bid for each “Pressure Plug” installed for: 40 a) Various sizes 41 c. The price bid shall include: 42 1) Furnishing and installing pressure plug 43 2) Pavement removal 44 3) Excavation 45 4) Hauling 46 5) Disposal of excess material 47 6) Gaskets 48 7) Bolts and Nuts 49 02 41 14 - 4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 8) Furnishing, placement and compaction of embedment 1 9) Furnishing, placement and compaction of backfill 2 10) Disinfection 3 11) Testing 4 12) Clean-up 5 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 6 a. Measurement 7 1) Measurement for this Item shall be per each cut and abandonment plug 8 installed. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under “Measurement” shall be paid for at the 12 unit price bid for each “Water Abandonment Plug” installed for: 13 a) Various sizes 14 c. The price bid shall include: 15 1) Furnishing and installing abandonment plug 16 2) Pavement removal 17 3) Excavation 18 4) Hauling 19 5) CLSM 20 6) Disposal of excess material 21 7) Furnishing, placement and compaction of backfill 22 8) Clean-up 23 3. Water Valve Removal 24 a. Measurement 25 1) Measurement for this Item will be per each water valve to be removed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under “Measurement” shall be paid for at the 29 unit price bid per each “Remove Water Valve” for: 30 a) Various sizes 31 c. The price bid shall include: 32 1) Removal and disposal of valve 33 2) CLSM 34 3) Pavement removal 35 4) Excavation 36 5) Hauling 37 6) Disposal of excess materials 38 7) Furnishing, placement and compaction of backfill 39 8) Clean-up 40 4. Water Valve Removal and Salvage 41 a. Measurement 42 1) Measurement for this Item will be per each water valve to be removed and 43 salvaged. 44 b. Payment 45 1) The work performed and materials furnished in accordance with this Item 46 and measured as provided under “Measurement” shall be paid for at the 47 unit price bid per each “Salvage Water Valve” for: 48 a) Various sizes 49 02 41 14 - 5 UTILITY REMOVAL/ABANDONMENT Page 5 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 c. The price bid shall include: 1 1) Removal and Salvage of valve 2 2) CLSM 3 3) Delivery to City 4 4) Pavement removal 5 5) Excavation 6 6) Hauling 7 7) Disposal of excess materials 8 8) Furnishing, placement and compaction of backfill 9 9) Clean-up 10 5. Water Valve Abandonment 11 a. Measurement 12 1) Measurement for this Item will be per each water valve to be abandoned. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under “Measurement” shall be paid for at the 16 unit price bid per each “Abandon Water Valve” for: 17 a) Various Sizes 18 c. The price bid shall include: 19 1) Abandonment of valve 20 2) CLSM 21 3) Pavement removal 22 4) Excavation 23 5) Hauling 24 6) Disposal of excess materials 25 7) Furnishing, placement and compaction of backfill 26 8) Clean-up 27 6. Fire Hydrant Removal and Salvage 28 a. Measurement 29 1) Measurement for this Item will be per each fire hydrant to be removed. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under “Measurement” shall be paid for at the 33 unit price bid per each “Salvage Fire Hydrant”. 34 c. The price bid shall include: 35 1) Removal and salvage of fire hydrant 36 2) Delivery to City 37 3) Pavement removal 38 4) Excavation 39 5) Hauling 40 6) Disposal of excess materials 41 7) Furnishing, placement and compaction of backfill 42 8) Clean-up 43 7. Water Meter Removal and Salvage 44 a. Measurement 45 1) Measurement for this Item will be per each water meter to be removed and 46 salvaged. 47 b. Payment 48 02 41 14 - 6 UTILITY REMOVAL/ABANDONMENT Page 6 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) The work performed and materials furnished in accordance with this Item 1 and measured as provided under “Measurement” shall be paid for at the 2 unit price bid per each “Salvage Water Meter” for: 3 a) Various sizes 4 2) If a “Water Meter Service Relocate” is performed in accordance with 5 Section 33 12 10, removal and salvage or disposal of the existing (2-inch or 6 smaller) water meter shall be subsidiary to the cost of the “Water Meter 7 Service Relocate”, no other compensation will be allowed. 8 c. The price bid shall include: 9 1) Removal and salvage of water meter 10 2) Delivery to City 11 3) Pavement removal 12 4) Excavation 13 5) Hauling 14 6) Disposal of excess materials 15 7) Furnishing, placement and compaction of backfill 16 8) Clean-up 17 8. Water Sampling Station Removal and Salvage 18 a. Measurement 19 1) Measurement for this Item will be per each water sampling station to be 20 removed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under “Measurement” shall be paid for at the 24 unit price bid per each “Salvage Water Sampling Station”. 25 c. The price bid shall include: 26 1) Removal and salvage of water sampling station 27 2) Delivery to City 28 3) Pavement removal 29 4) Excavation 30 5) Hauling 31 6) Disposal of excess materials 32 7) Furnishing, placement and compaction of backfill 33 8) Clean-up 34 9. Concrete Water Vault Removal 35 a. Measurement 36 1) Measurement for this Item will be per each concrete water vault to be 37 removed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under “Measurement” shall be paid for at the 41 unit price bid per each “Remove Concrete Water Vault”. 42 c. The price bid shall include: 43 1) Removal and disposal of concrete water vault 44 2) Removal, salvage and delivery of frame and cover to City, if applicable 45 3) Removal, salvage and delivery of any valves to City, if applicable 46 4) Removal, salvage and delivery of any water meters to City, if applicable 47 5) Pavement removal 48 6) Excavation 49 02 41 14 - 7 UTILITY REMOVAL/ABANDONMENT Page 7 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 7) Hauling 1 8) Disposal of excess materials 2 9) Furnishing, placement and compaction of backfill 3 10) Clean-up 4 C. Sanitary Sewer Lines and Appurtenances 5 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug 6 a. Measurement 7 1) Measurement for this Item shall be per each cut and abandonment plug 8 installed. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under “Measurement” shall be paid for at the 12 unit price bid for each “Sewer Abandonment Plug” for: 13 a) Various sizes 14 c. The price bid shall include: 15 1) Furnishing and installing abandonment plug 16 2) Pavement removal 17 3) Excavation 18 4) Hauling 19 5) CLSM 20 6) Disposal of excess material 21 7) Furnishing, placement and compaction of backfill 22 8) Clean-up 23 2. Sanitary Sewer Manhole Removal 24 a. Measurement 25 1) Measurement for this Item will be per each sanitary sewer manhole to be 26 removed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under “Measurement” shall be paid for at the 30 unit price bid per each “Remove Sewer Manhole” for: 31 a) Various diameters 32 c. The price bid shall include: 33 1) Removal and disposal of manhole 34 2) Removal, salvage and delivery of frame and cover to City, if applicable 35 3) Cutting and plugging of existing sewer lines 36 4) Pavement removal 37 5) Excavation 38 6) Hauling 39 7) Disposal of excess materials 40 8) Furnishing, placement and compaction of backfill 41 9) Clean-up 42 3. Sanitary Sewer Junction Structure Removal 43 a. Measurement 44 1) Measurement for this Item will be per each sanitary sewer junction 45 structure being removed. 46 b. Payment 47 02 41 14 - 8 UTILITY REMOVAL/ABANDONMENT Page 8 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) The work performed and materials furnished in accordance with this Item 1 and measured as provided under “Measurement” shall be paid for at the 2 lump sum bid per each “Remove Sewer Junction Box” location. 3 c. The price bid shall include: 4 1) Removal and disposal of junction box 5 2) Removal, salvage and delivery of frame and cover to City. 6 3) Pavement removal 7 4) Excavation 8 5) Hauling 9 6) Disposal of excess materials 10 7) Furnishing, placement and compaction of backfill 11 8) Clean-up 12 D. Storm Sewer Lines and Appurtenances 13 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug 14 a. Measurement 15 1) Measurement for this Item shall be per each cut and abandonment plug to 16 be installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under “Measurement” shall be paid for at the 20 unit price bid for each “Storm Abandonment Plug” installed for: 21 a) Various sizes 22 c. The price bid shall include: 23 1) Furnishing and installing abandonment plug 24 2) Pavement removal 25 3) Excavation 26 4) Hauling 27 5) CLSM 28 6) Disposal of excess material 29 7) Furnishing, placement and compaction of backfill 30 8) Clean-up 31 2. Storm Sewer Manhole Removal 32 a. Measurement 33 1) Measurement for this Item will be per each storm sewer manhole to be 34 removed. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under “Measurement” shall be paid for at the 38 unit price bid per each “Remove Manhole Riser” for: 39 a) Various sizes 40 c. The price bid shall include: 41 1) Removal and disposal of manhole 42 2) Removal, salvage and delivery of frame and cover to City, if applicable 43 3) Pavement removal 44 4) Excavation 45 5) Hauling 46 6) Disposal of excess materials 47 7) Furnishing, placement and compaction of backfill 48 8) Clean-up 49 02 41 14 - 9 UTILITY REMOVAL/ABANDONMENT Page 9 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3. Storm Sewer Junction Box Removal 1 a. Measurement 2 1) Measurement for this Item will be per each storm sewer junction structure 3 to be removed. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under “Measurement” shall be paid for at the 7 unit price bid per each “Remove Storm Junction Box” for: 8 a) Various sizes 9 c. The price bid shall include: 10 1) Removal and disposal of junction box 11 2) Removal, salvage and delivery of frame and cover to City, if applicable 12 3) Pavement removal 13 4) Excavation 14 5) Hauling 15 6) Disposal of excess materials 16 7) Furnishing, placement and compaction of backfill 17 8) Clean-up 18 4. Storm Sewer Junction Structure Removal 19 a. Measurement 20 1) Measurement for this Item will be per each storm sewer junction structure 21 being removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under “Measurement” shall be paid for at the 25 lump sum bid per each “Remove Storm Junction Structure” location. 26 c. The price bid shall include: 27 1) Removal and disposal of junction structure 28 2) Removal, salvage and delivery of frame and cover to City, if applicable 29 3) Pavement removal 30 4) Excavation 31 5) Hauling 32 6) Disposal of excess materials 33 7) Furnishing, placement and compaction of backfill 34 8) Clean-up 35 5. Storm Sewer Inlet Removal 36 a. Measurement 37 1) Measurement for this Item will be per each storm sewer inlet to be 38 removed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under “Measurement” shall be paid for at the 42 unit price bid per each “Remove Storm Inlet” for: 43 a) Various types 44 b) Various sizes 45 c. The price bid shall include: 46 1) Removal and disposal of inlet 47 2) Pavement removal 48 3) Excavation 49 02 41 14 - 10 UTILITY REMOVAL/ABANDONMENT Page 10 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 4) Hauling 1 5) Disposal of excess materials 2 6) Furnishing, placement and compaction of backfill 3 7) Clean-up 4 6. Storm Sewer Junction Box Removal 5 a. Measurement 6 1) Measurement for this Item shall be per linear foot of existing storm sewer 7 box to be removed. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under “Measurement” shall be paid for at the 11 unit price bid per linear foot of “Remove Storm Junction Box” for all sizes. 12 c. The price bid shall include: 13 1) Removal and disposal of Storm Sewer Box 14 2) Pavement removal 15 3) Excavation 16 4) Hauling 17 5) Disposal of excess materials 18 6) Furnishing, placement and compaction of backfill 19 7) Clean-up 20 7. Headwall/SET Removal 21 a. Measurement 22 1) Measurement for this Item will be per each headwall or safety end 23 treatment (SET) to be removed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under “Measurement” shall be paid for at the 27 unit price bid per each “Remove Headwall/SET”. 28 c. The price bid shall include: 29 1) Removal and disposal of Headwall/SET 30 2) Pavement removal 31 3) Excavation 32 4) Hauling 33 5) Disposal of excess materials 34 6) Furnishing, placement and compaction of backfill 35 7) Clean-up 36 8. Trench Drain Removal 37 a. Measurement 38 1) Measurement for this Item shall be per linear foot of storm sewer trench 39 drain to be removed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under “Measurement” shall be paid for at the 43 unit price bid per linear foot of “Remove Trench Drain” for: 44 a) Various sizes 45 c. The price bid shall include: 46 1) Removal and disposal of storm sewer line 47 2) Pavement removal 48 3) Excavation 49 02 41 14 - 11 UTILITY REMOVAL/ABANDONMENT Page 11 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 4) Hauling 1 5) Disposal of excess materials 2 6) Furnishing, placement and compaction of backfill 3 7) Clean-up 4 1.3 REFERENCES [NOT USED] 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Coordination 7 1. Contact Inspector and the Water Department Field Operation Storage Yard for 8 coordination of salvage material return. 9 1.5 SUBMITTALS [NOT USED] 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING 15 A. Storage and Handling Requirements 16 1. Protect and salvage all materials such that no damage occurs during delivery to the 17 City. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 22 2.2 MATERIALS 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 30 A. General 31 02 41 14 - 12 UTILITY REMOVAL/ABANDONMENT Page 12 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1. Manhole Abandonment 1 a. All manholes that are to be taken out of service are to be removed unless 2 specifically requested and/or approved by City. 3 b. Excavate and backfill in accordance with Section 33 05 10. 4 c. Remove and salvage manhole frame and cover as coordinated with City. 5 d. Deliver salvaged material to the City. 6 e. Cut and plug sewer lines to be abandoned. 7 f. Backfill manhole void in accordance with City Standard Details. 8 B. Water Lines and Appurtenances 9 1. Water Line Pressure Plugs 10 a. Ductile Iron Water Lines 11 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 12 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 13 with Section 33 11 11. 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 15 b. PVC C900 and C905 Water Lines 16 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 17 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 18 with Section 33 11 11. 19 3) Perform Cut and Plug in accordance with Section 33 12 25. 20 c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 21 1) Excavate, embed, and backfill in accordance with Section 33 05 10 22 2) Plug using: 23 a) A fabricated plug restrained by welding or by a Snap Ring in 24 accordance with Section 33 11 13; or 25 b) A blind flange in accordance with Section 33 11 13 26 3) Perform Cut and Plug in accordance with Section 33 12 25. 27 d. Buried Steel Water Lines 28 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 29 2) Plug using: 30 a) A fabricated plug restrained by welding in accordance with Section 33 31 11 14; or 32 b) A blind flange in accordance with Section 33 11 14 33 3) Perform Cut and Plug in accordance with Section 33 12 25. 34 2. Water Line Abandonment Plug 35 a. Excavate and backfill in accordance with Section 33 05 10. 36 b. Plug with CLSM in accordance with Section 03 34 13. 37 3. Water Line Abandonment by Grouting 38 a. Excavate and backfill in accordance with Section 33 05 10. 39 b. Dewater from existing line to be grouted. 40 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 41 or CLSM in accordance with 03 34 13. 42 d. Dispose of any excess material. 43 4. Water Line Removal 44 a. Excavate and backfill in accordance with Section 33 05 10. 45 b. Cut existing line from the utility system prior to removal. 46 c. Cut any services prior to removal. 47 d. Remove existing pipe line and properly dispose as approved by City. 48 02 41 14 - 13 UTILITY REMOVAL/ABANDONMENT Page 13 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 5. Water Valve Removal 1 a. Excavate and backfill in accordance with Section 33 05 10. 2 b. Remove and dispose of valve bonnet, wedge and stem. 3 c. Fill valve body with CLSM in accordance with Section 03 34 13. 4 6. Water Valve Removal and Salvage 5 a. Excavate and backfill in accordance with Section 33 05 10. 6 b. Remove valve bonnet, wedge and stem. 7 c. Deliver salvaged material to the Water Department Field Operation Storage 8 Yard. 9 d. Protect salvaged materials from damage. 10 e. Fill valve body with CLSM in accordance with Section 03 34 13. 11 7. Water Valve Abandonment 12 a. Excavate and backfill in accordance with Section 33 05 10. 13 b. Remove the top 2 feet of the valve stack and any valve extensions. 14 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 15 8. Fire Hydrant Removal and Salvage 16 a. Excavate and backfill in accordance with Section 33 05 10. 17 b. Remove Fire Hydrant. 18 c. Place abandonment plug on fire hydrant lead line. 19 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 20 Yard. 21 e. Protect salvaged materials from damage. 22 9. Water Meter Removal and Salvage 23 a. Remove and salvage water meter. 24 b. Return salvaged meter to Project Representative. 25 c. City will provide replacement meter for installation. 26 d. Meter Box and Lid 27 1) Remove and salvage cast iron meter box lid. 28 2) Remove and dispose of any non-cast iron meter box lid. 29 3) Return salvaged material to the Water Department Field Operation Storage 30 Yard. 31 4) Remove and dispose of meter box. 32 10. Water Sample Station Removal and Salvage 33 a. Remove and salvage existing water sample station. 34 b. Deliver salvaged material to the Water Department Field Operation Storage 35 Yard. 36 11. Concrete Water Vault Removal 37 a. Excavate and backfill in accordance with Section 33 05 10. 38 b. Remove and salvage vault lid. 39 c. Remove and salvage valves. 40 d. Remove and salvage meters. 41 e. Deliver salvaged material to the Water Department Field Operation Storage 42 Yard. 43 f. Remove and dispose of any piping or other appurtenances. 44 g. Demolish and remove entire concrete vault. 45 h. Dispose of all excess materials. 46 12. Cathodic Test Station Abandonment 47 a. Excavate and backfill in accordance with Section 33 05 10 48 02 41 14 - 14 UTILITY REMOVAL/ABANDONMENT Page 14 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 b. Remove the top 2 feet of the cathodic test station stack and contents. 1 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 2 C. Sanitary Sewer Lines and Appurtenances 3 1. Sanitary Sewer Line Abandonment Plug 4 a. Excavate and backfill in accordance with Section 33 05 10. 5 b. Remove and dispose of any sewage. 6 c. Plug with CLSM in accordance with Section 03 34 13. 7 2. Sanitary Sewer Line Abandonment by Grouting 8 a. Excavate and backfill in accordance with Section 33 05 10. 9 b. Dewater and dispose of any sewage from the existing line to be grouted. 10 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 11 or CLSM in accordance with 03 34 13. 12 d. Dispose of any excess material. 13 3. Sanitary Sewer Line Removal 14 a. Excavate and backfill in accordance with Section 33 05 10. 15 b. Cut existing line from the utility system prior to removal. 16 c. Cut any services prior to removal. 17 d. Remove existing pipe line and properly dispose as approved by City. 18 4. Sanitary Sewer Manholes Removal 19 a. All sanitary sewer manholes that are to be taken out of service are to be 20 removed unless specifically requested and/or approved by City. 21 b. Excavate and backfill in accordance with Section 33 05 10. 22 c. Remove and salvage manhole frame and cover. 23 d. Deliver salvaged material to the Water Department Field Operation Storage. 24 e. Demolish and remove entire concrete manhole. 25 f. Cut and plug sewer lines to be abandoned. 26 5. Sanitary Sewer Junction Structure Removal 27 a. Excavate and backfill in accordance with Section 33 05 10. 28 b. Remove and salvage manhole frame and cover. 29 c. Deliver salvaged material to the Water Department Field Operation Storage. 30 d. Demolish and remove entire concrete manhole. 31 e. Cut and plug sewer lines to be abandoned. 32 D. Storm Sewer Lines and Appurtenances 33 1. Storm Sewer Abandonment Plug 34 a. Excavate and backfill in accordance with Section 33 05 10. 35 b. Dewater line. 36 c. Plug with CLSM in accordance with Section 03 34 13. 37 2. Storm Sewer Line Abandonment by Grouting 38 a. Excavate and backfill in accordance with Section 33 05 10. 39 b. Dewater the existing line to be grouted. 40 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 41 or CLSM in accordance with 03 34 13. 42 d. Dispose of any excess material. 43 3. Storm Sewer Line Removal 44 a. Excavate and backfill in accordance with Section 33 05 10. 45 b. Remove existing pipe line and properly dispose as approved by City. 46 4. Storm Sewer Manhole Removal 47 02 41 14 - 15 UTILITY REMOVAL/ABANDONMENT Page 15 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. All storm sewer manholes that are to be taken out of service are to be removed 1 unless specifically requested and/or approved by City. 2 b. Excavate and backfill in accordance with Section 33 05 10. 3 c. Demolish and remove entire concrete manhole. 4 d. Cut and plug storm sewer lines to be abandoned. 5 5. Storm Sewer Junction Box and/or Junction Structure Removal 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b. Demolish and remove entire concrete structure. 8 c. Cut and plug storm sewer lines to be abandoned. 9 6. Storm Sewer Inlet Removal 10 a. Excavate and backfill in accordance with Section 33 05 10. 11 b. Demolish and remove entire concrete inlet. 12 c. Cut and plug storm sewer lines to be abandoned. 13 7. Storm Sewer Box Removal 14 a. Excavate and backfill in accordance with Section 33 05 10. 15 b. Cut existing line from the utility system prior to removal. 16 c. Cut any services prior to removal. 17 d. Remove existing pipe line and properly dispose as approved by City. 18 8. Headwall/SET Removal 19 a. Excavate and backfill in accordance with Section 33 05 10. 20 b. Demolish and remove entire concrete inlet. 21 c. Cut and plug storm sewer lines to be abandoned. 22 9. Storm Sewer Trench Drain Removal 23 a. Excavate and backfill in accordance with Section 33 05 10. 24 b. Remove existing pipe line and dispose as approved by City. 25 3.5 REPAIR / RESTORATION [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD [OR] SITE QUALITY CONTROL 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 36 02 41 14 - 16 UTILITY REMOVAL/ABANDONMENT Page 16 of 16 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 END OF SECTION 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/12 D. Johnson 1.2.C.3.c. – Include Frame and Cover in Payment description Throughout – added abandonment of storm and sewer manholes when requested and/or approved by City 2 CITY OF FORT WORTH Northstar Section 2, Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102621 Revised July 1, 2011 APPENDIX GC-4.01 City of Fort Worth Standard Products List GC-4.02 Geotechnical Exploration Report CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 12, 2019 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 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 Content1 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 Content2 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 Content3 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" DI MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 13 30" DI MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 13 30" DI MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 13 30" DI MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 13 30" DI 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" DI MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.08/24/17 33 05 13.01 30" DI MH Ring and Cover (Hinge & Lock) CompositeSewperCoverSCDH 3000, Std. Dbl Hinge Non-Metalic Ring and Cover w/Lock HD/FRP Composite30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4 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 Content5 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"*33 39 10 Manhole, Precast ConcreteForterra(formerly Gifford-Hill, Hanson )ASTM C 47848"04/26/00 33 39 10 MH, Single Offset Seal JointForterra(formerly Gifford-Hill, Hanson )Type F Dwg 35-0048-001ASTM C 47848" Diam MH09/23/96 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"* From Original Standard Products ListClick to Return to the Table of Content6 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 Content7 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 Content8 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 Content9 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 Content10 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 Content11 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 Content12 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 Content13 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 Content14 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 Content15 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 Content16 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 Content17 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast FiberglassHobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass PipeAmeronBondstrand RPMP PipeASTM D3262/D375410/30/03Glass-Fiber Reinforced Polymer PipeThompson Pipe GroupFlowtiteASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18 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 Content19 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 Content20 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 PipeCertain-Teed Products CorpASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeNapco Manufacturing CorpASTM D 3034, D 17844" & 8"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26 and SDR-35 ASTM F 789, ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"33-31-20 PVC Sewer PipeRoyal Building ProductsRoyal Seal Solid Wall Pipe SDR 26 & 35ASTM 30344" 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)ASTM F 67918" - 27"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDr-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationPS 46 ASTM 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 303411/17/99E100-2Closed Profile PVC PipeDiamond Plastics CorporationASTM 1803/F79418" to 48"3/19/2018 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"* From Original Standard Products ListClick to Return to the Table of Content21 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 Content22 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 Content23 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 Content24 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 240AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25 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 Content26 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 Content27 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 Content28 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 Content29 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeAWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationTrans 21, DR 14, DR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 14"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-12"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 18"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"* From Original Standard Products ListClick to Return to the Table of Content30 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 Content31 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 Content32 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 Content33 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 LLD* From Original Standard Products ListClick to Return to the Table of Content34 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 Content35 GEOTECHNICAL EXPLORATION RIVER'S EDGE PHASE 3A AND 3S Off Elementary Drive and Roaring River Road Fort Worth, Texas ALPHA Report No. W 191877 September 16, 2019 Prepared for: FORESTAR (USA) REAL ESTATE GROUP INC. 2221 E. Lamar Blvd, Suite 790 Arlington, TX 76006 Attention: Mr. Kevin Lazares Prepared By: ALPNA �TE�TIN� � WNER� IT �k44 4EGIN8 A L P il A� T E$ T I N G Geotechnicul � Construction Materials F.nvironmental 1h�HER� IT ikl4 �EGIHS TBPEFirmNo.813 September 16, 2019 Forestar (USA) Real Estate Group Inc. 2221 E. Lamar Blvd, Suite 790 Arlington, TX 76006 Attention: Mr. Kevin Lazares Re: Geotechnical Exploration River's Edge Phase 3A and 3B Off Elementary Drive and Roaring River Road Fort Worth, Texas ALPHA Report No. W 191877 5058 Brush Creek Road Tel.• 817-496-5600 For�t Worth, Texas 76119 Fax.• 817-496-5608 www. alphatesting. com Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Kevin Lazares on July 17, 2019 and performed in accordance with ALPHA Proposal No. 72233 dated July 16, 2019. 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 materials testing services during construction, please contact our office. Sincerely, ALPHA TESTING, INC. � �4��� �F ��� ��1 � c� � �.;�,�, M� ��: .� .*�� . , � �: . � � .. � �BRIAN J. FiQYT :..,- �� -�:'" "�����s� .�� � � ���r�'�' •�'v�s�� •����' .•� � - ���� ������ ��� � , _ Y� ������.�—� �. September 16, 2019 Mark L. McKay, P.E: � Director of Geotechnical Engineering � Brian J. Hoyt, P.E. Geotechnical Department Manager BJH/MLM/klf Copies: (1-PDF) Client TABLE OF CONTENTS ALPHA REPORT NO. W191877 1.0 PURPOSE AND SCOPE .................................................................................................... 1 2.0 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 and Demolition ................................................................................... 3 6.2 Slab-on-Grade Foundations .................................................................................... 4 6.2.1 Subgrade Improvement Using Moisture Conditioning in Zones IV and V 6 6.2.2 Moisture Conditioning Alternative Using Low Plasticity IndeX (PI) Soils 7 6.3 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade .................... 7 6.4 Independent Drilled Piers Associated with Slab Foundations in Deep Fill Areas . 7 6.4.1 Underreamed Piers (Vicinity of Borings 45, 46 and 47) ............................. 8 6.4.2 Straight-Shaft Piers (Vicinity of Boring 33) ............................................... 9 6.5 Drainage and Other Considerations ...................................................................... 10 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES ........................... 11 7.1 Site Preparation and Grading ................................................................................ 11 7.2 Foundation Excavations ........................................................................................ 13 7.3 Fill Compaction .................................................................................................... 14 7.4 Utilities ..................................................................................................................15 7.5 Groundwater ......................................................................................................... 15 8.0 LIMITATIONS ................................................................................................................. 15 APPENDIX A-1 Methods of Field Exploration Boring Location Plan — Figure 1 B-1 Methods of Laboratory Testing Swell Test Results — Figure 2 Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W 191877 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (ALPHA) to evaluate for Forestar (USA) Real Estate Group, Inc. (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of geotechnical design parameters for the subject construction. The field eXploration was accomplished by securing subsurface samples from widely spaced test borings performed across the project site. Engineering analyses were performed from results of the �eld exploration and laboratory tests performed on representative samples. 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 (River's Edge — Phases 3A and 3B) from part of a 59.523-acre tract of land generally located off Elementary Drive and Roaring River Road in Fort Worth, Texas. A site plan illustrating the subject site is provided as Figure 1, the Boring Location Plan, in the Appendix. At the time of the field exploration, the site generally consisted of a vacant tract of land with scattered trees. Review of historical images available from Google EarthOO indicated some structures were demolished in the vicinity of Borings 12, 13, 14, 17, 21, 22, 25 and 26. Some clearing/earthwork activities on the site are also apparent from these historical images, particularly on the east half of the site. These images also indicate stockpiles of fill were staged in the vicinity of Borings 18, 19, 23 and 39. No information regarding previous development on the site was provided to us. Preliminary grading plans prepared by LJA Engineering, Inc. (Sheets 3 through 8, dated July 2019) indicate the site generally slopes down to the north and east about 53 ft (Appx. Elev. 727 ft to 680 ft). These grading plans also indicate cuts up to 10 ft and fills of up to 18 ft will be required to achieve final grade in the building pad areas. 1 ALPHA Report No. W 191877 Present plans provide for the construction of new residential buildings. The new structures are expected to create light loads to be carried by the foundations. It is also anticipated the new structures will be supported using post-tensioned slab-on-grade foundations designed for potential seasonal movements of 4'/2 inches or less. No below grade slabs are planned. Based on the referenced grading plans, retaining walls with heights of up to about 9 ft are planned in several areas of the site. Deep fills, existing slopes and/or constructed slopes will be associated with some of these walls. Retaining wall analyses and recommendations are outside the scope of this study. Considering the project plans and conditions encountered in the borings, we recommend additional analyses be performed for the retaining walls, including global stability analyses. Our office would be pleased to perform these services. 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 47 test borings to a depth of about 20 ft. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, 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 the Log of Boring sheets (boring logs) 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, the 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 residential 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 either on the Log of Boring sheets or on summary data sheets 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 project site lies within the undivided Fort Worth Limestone and Duck Creek formation. This undivided formation generally consists of alternating layers of limestone and marl (limey shale). 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 most of the borings generally consisted of clay and shaly clay to depths of about 1 ft to 17 ft below the ground surface underlain by limestone and/or shale extending to the 20 ft termination depth. Limestone was encountered at the surface in Borings 27 and 32 underlain by clay at respective depths of 11 ft and 12 ft below the ground surface which extended to the 20 ft termination depth. Clay extended to the 20 ft termination depth of Borings 36, 38, 39, 41, 42 and 44 through 47. 2 ALPHA Report No. W 191877 The upper 4 ft to 11 ft of material encountered in Bo�ings 17, 35, 38, 39, 41, 42 and 44 th�ough 47 were visually classified as fill or possible fill material. Limestone fragments, cobbles and boulde�s were present in most of the borings whe�e fill was encounte�ed. Most of the materials encountered in the borings are considered relatively impermeable and are anticipated 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 subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. Free groundwater was encountered in Borings 20 and 46 at depths of about 10 ft and 20 ft below the ground surface, respectively, during drilling. Boring 20 was dry immediately upon completion of drilling and groundwater was observed at the 20 ft termination depth in Boring 46 immediately upon completion of drilling. No free groundwater was encountered in the remaining borings. It is common to encounter seasonal groundwater in fill material, from natural fractures within the clayey matrix, at the soil/rock (limestone and/or shale) 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 information concerning subsurface materials and conditions encountered can be obtained from the boring logs 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). Should the project criteria change, our office 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 design recommendations were evaluated based on final grades as indicated on the referenced grading plans. 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 provided with final grading plans prior to construction to verify appropriate design parameters are utilized for final foundation design. 6.1 Existin� Fill and Demolition As discussed in Section 2.0, some grading and clearing occurred on the site, particularly in the eastern half of the site. It also appears that stockpiles of fill were staged in several areas of the site. The upper 4 ft to 11 ft of material encountered in Borings 17, 35, 38, 39, 41, 42 and 44 through 47 were visually classified as fill or possible fill material. We expect existing fill on the site is 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 fill should be removed from the building pad areas and replaced with engineered fill as recommended in Section 6.2 or Section 7.3 as applicable. 3 ALPHA Report No. W 191877 Limestone fragments, cobbles and boulders were present in most of the borings where fill was encountered. Some of the excavated materials may be suitable for reuse as engineered �11 provided they are free of organics, boulders, rubble, and other debris. Processing and/or sorting of limestone cobbles and boulders will likely be required for some of the existing �11 material. Any soil disturbed due to previous removal of structures or foundations should be re-compacted in accordance with recommendations provided in Section 6.4 or Section 7.3 as applicable. All foundation elements of the existing structures should be removed or cut off at least 1 ft below finished grade or 1 ft below the new structural elements, whichever is deeper. All abandoned utility lines should be either removed ar positively sealed to prevent possible water seepage into subgrade soils. 6.2 Slab-on-Grade Foundations 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 1.5 kips per sq ft should be used for all grade beams bearing on undisturbed cuts in native clay, on iill material placed as recommended in Section 7.3, on moisture improved soil placed as recommended in Section 6.2.1 or on limestone. 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 slab foundations should be adequately reinforced with steel (conventional reinforcing steel and/or post- tensioned reinforcement). 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 through V and delineated on the Boring Location Plan, Figure 1. 4 ALPHA Report No. W 191877 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 Sub rade Im rovement ZONE ESTIMATED POTENTIAL IMPROVEMENT REQUIRED TO MOVEMENT, INCHES REDUCE MOVEMENTS TO 4'/2 INCHES I Less than 1 No Improvement Required II Up to 2'/2 No Improvement Required III Up to 4'/z No Improvement Required IV Up to 5'/z 4 ft Moisture Conditioningl V Up to 7 6 ft Moisture Conditioning' 'Low PI soil can be substituted for moisture conditioning as discussed in Section 6.2.2. Potential seasonal movements were estimated using results from absorption swell tests, in general accordance 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 moisture content change varies between a"dry" 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 our estimates could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off-site locations. Potential seasonal movements were estimated assuming fill material used to raise the grade will consist of onsite or similar material with a plasticity index of 50 or less. If the plasticity index of material used to raise the grade is higher than 50, potential movements could be higher than our estimates. Potential movements estimated for slab foundations in Zones IV and V(see Figure 1 for delineation of Zones) are considered outside normal design tolerances without subgrade improvement as presented in Table A. Movement of slab foundations in Zones IV and V could be reduced to not more than about 41/� inches by if the upper 4 ft and 6 ft of on-site soils below final grade, respectively, are improved through moisture conditioning, then covered with an impermeable plastic barrier (polyethylene sheeting) following the recommendations provided in Section 6.2.1. 5 ALPHA Report No. W 191877 Please note, improvement of the existing soils using moistu�e conditioning with plastic sheeting is intended only fo�^ the designated building pad areas plus S ft beyond the building pad limits, and not the entire �esidential lot. Accordingly, planned �esidences must be exclusively const�ucted within the building pad designated on the referenced p�^oject grading plans. The purpose of the plastic sheeting is to maintain the moisture of the underlying soils �elatively 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 bar�ier component for the actual foundation. Any such �equireinents should be addressed by the designe�^ of the foundation, and should be followed by the builder. Prior to building on the improved designated building pad area, a su�veyor should verify the lateral extent of the plastic sheeting and to confirm that no po�^tion 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 recominendations. 6.2.1 Subgrade Improvement Using Moisture Conditionin� in Zones IV and V Estimated potential movements for slab foundations in Zone IV and V 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, as recommended in Table A. 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). Some of the onsite soils with a lower plasticity index may require compaction at a moisture content closer to optimum. Any deviation from the minimum 5 percentage points above optimum should be determined by ALPHA during construction. 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 designated building pad (as indicated on the referenced project grading plans). 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, estimated movements in Zone III 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 ALPHA Report No. W 191877 6.2.2 Moisture Conditioning Alternative Using Low Plasticity index (Pi) Soils Due to the presence of shallow limestone across large portions of the site, we expect some of the fill material generated from site grading will consist of processed limestone and/or lean clay and limestone mixtures. As an alternative to using moisture conditioning, potential seasonal movements in Zones IV and V could be reduced to about 4'/z inches by placing using low PI material in the upper 4 ft and 6 ft in Zones IV and V, respectively. Low PI material could consist of processed limestone and/or lean clay with a plasticity index of 20 or less. 6.3 Post-Tensionin� Institute, Desi�n of Post-Tensioned Slab-on-Grade Tables B, C and D contain information for design of the post-tensioned, slab-on-grade foundations. Design parameters 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, lnc. (GT�. TABLE S PTI Desi n Parameters Potential Seasonal Movement = Less than 1 inch in Zone I Edge Lift Center Lift Edge Moisture Distance (e�,), ft 4.0 7.8 Differential Soil Movement (y�,), inches 1 A(swell) 0.8 (Shrink) TABLE C PTI Desi n Parameters Potential Seasonal Movement = 2'/z inches in Zone II Edge Lift Center Lift Edge Moisture Distance (e�,), ft 4.3 9.0 Differential Soil Movement (y,,,), inches 1.6 (swell) 1.2 (Shrink) TABLE D PTI Design Parameters Potential Seasonal Movement = 4'/z inches in Zone III and after Im rovement as discussed in Section 6.2 in Zones IV and V Edge Lift Center Lift Edge Moisture Distance (e�,), ft 4.3 9.0 Differential Soil Movement (y,,,), inches 2.2 (swell) 1.6 (Shrink) 6.4 Independent Drilled Piers Associated with Slab Foundations in Deep Fill Areas Significant thicknesses of fill (up to 18 ft) are planned for slab foundations in the vicinity of Borings 29, 33 and 45. Existing fill was also encountered to depths of about 8 ft to 11 ft below the existing ground surface in Borings 45, 46 and 47. 7 ALPHA Report No. W 191877 In building pads where the combined depth of fill (planned fill plus additional fill required after removal of surficial organic material and/or existing uncontrolled fill) is 17 ft or greater, a system of independent drilled piers should be constructed below the slab foundations to reduce the potential for long-term settlements. Due to the difference in potential movement between the piers and the slab-on-grade foundation, piers should be independent and not structurally connected to the slab-on-grade foundation. In addition, the structural engineer should appropriately design the slab foundation to consider the possibility portions of the slab are supported only by the piers in the event the on-site soils shrink/settle and pull away from the slab. Post Tension Institute (PT� design parameters provided in Section 6.3 of this report are valid only for slab-on-grade systems fully supported on soil and do not take into consideration any portion of the slab or grade beams being fully or partially suspended on piers due to shrinkage or swelling of on-site soils. Differential movements can also occur between the pier supported foundations and connecting flatwork and utilities. This should be considered when designing foundations and connections. Recommendations for underreamed piers and straight shaft piers are provided in Sections 6.4.1 and 6.4.2, respectively. The lots which appear to require independent drilled piers include Lots 32 and 33 of Block 19 and Lots 19 through 24 of Block 14. The subject lots are outlined on the Boring Location Plan, Figure 1. These recoinmendations should be considered preliminary. Additional borings should be drilled after final grading, in lots where independent piers are required, to verify the recommendations provided herein. 6.4.1 Underreamed Piers (Vicinitv of Borings 45, 46 and 47) Independent drilled piers could consist of underreamed piers with the underream bearing entirely in native clay below the depth of fill. Underreamed piers can be dimensioned using a net allowable end bearing pressure of 3 kips per sq ft and no skin friction component of resistance. The recommended bearing pressure contains a factor of safety of at least three (3) considering a general bearing capacity failure. Normal elastic settlement of piers under loading is estimated to be less than about 1 inch. Each pier should be designed with full length reinforcing steel to resist the uplift pressure (soil-to-pier adhesion) due to potential soil swell along the shaft from post construction heave and other uplift forces applied by structural loadings. The magnitude of uplift adhesion due to soil swell along the pier shaft cannot be defined accurately and can vary according to the actual in-place moisture content of the soils during construction. It is estimated this uplift adhesion will not exceed about 2.2 kips per sq ft. This soil adhesion is approximated to act uniformly over the upper 12 ft of the pier shaft in contact with clay soils. A reduced uplift adhesion value of 1.2 kips per sq ft can be used for the portion of the pier shaft bearing against moisture conditioned soils or low PI soils discussed in Section 6.2. s ALPHA Report No. W 191877 The uplift force due to swelling of active clays should be resisted by the underreamed portion of the pier. The underreamed portion should be at least two (2) and not eXceeding three (3) times the diameter of the shaft. The minimum clear spacing between edges of adjacent piers should be at least one (1) underream diameter, based on the larger underream. Groundwater was encountered at a depths of about 20 ft below the ground surface in Boring 46. The depth of underreamed piers may require adjustment in the field to maintain the bottom of the piers above possible groundwater seepage. Care should also be observed to maintain the underream below the bottom of any fill material. Test piers should be performed outside the building pad area just prior to construction to verify groundwater conditions and constructability of underreamed piers. 6.4.2 Straight-Shaft Piers (Vicinity of Soring 33) Independent drilled piers could also consist of straight shaft piers bearing at least 2 ft into limestone. Limestone was encountered at a depth of about 1 ft below the existing ground surface in Boring 33 (about 19 ft below final grade after 18 ft of fill). Test piers should be performed outside the building pad area just prior to construction to verify constructability of straight-piers. Drilled piers bearing at least 2 ft into limestone can be dimensioned using a net allowable bearing pressure of 25 ksf and skin friction (in compression) of 3.75 ks£ Uplift resistance can be computed using a net allowable skin friction value of 3.2 ksf. The upper 2 ft of limestone should be neglected in computing skin friction. The allowable bearing pressure value has a factor of safety of three (3) considering general bearing capacity failure and the skin friction values have a factor of safety of at least two (2). Normal elastic settlement of piers under loading is estimated at less than about 1 inch. Straight shaft piers should be sufficiently embedded into the limestone and should be designed with full length reinforcing steel to resist the uplift pressure (soil-to-pier adhesion) due to potential soil swell along the shaft from post construction heave and other uplift forces applied by structural loadings. The magnitude of uplift adhesion due to soil swell along the pier shaft cannot be defined accurately and can vary according to the actual in-place moisture content of the soils during construction. It is estimated this uplift adhesion will not exceed about 2.2 kips per sq ft. This soil adhesion is approximated to act uniformly over the portion of the pier shaft in contact with clayey soils to a maximum depth of 12 ft below the ground surface. A reduced uplift adhesion of 1.2 kips per sq ft can be used for the portion of the pier shaft bearing against moisture conditioned soils or low PI soils as discussed in Section 6.2.. 9 ALPHA Report No. W 191877 6.5 Drainage 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 residences should be sloped away from the structures to prevent ponding of water around the foundations. Final grades within 5 ft 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 Gfe of the structures is essential. In areas with pavement or sidewalks adjacent to the new residences, 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 flatwork is common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc. as well as resealing 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 systems. • Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 ft from the completed structures. • Large trees and shrubs should not be allowed closer to the foundation 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 slab. 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 building 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 existing or recently removed 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 in areas to be covered with at-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 tree root ball. The resulting excavation should be backfilled with engineered fill 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 structure. 10 ALPHA Report No. W 191877 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. 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. 7.1 Site Preparation and Gradin� As discussed in Section 2.0, some grading and clearing occurred on the site, particularly in the eastern half of the site. It also appears that stockpiles of fill were staged in several areas of the site. The upper 4 ft to 11 ft of material encountered in Borings 17, 35, 38, 39, 41, 42 and 44 through 47 were visually classified as fill or possible fill material. Limestone cobbles and boulders were encountered in the fill material in some of the borings. Existing �11 materials could also contain organics, rubble, and other debris which could be encountered during site grading and general excavation. The earthwork and excavation contracts should contain provisions for removal of unsuitable materials in the existing fi1L 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 at the surface or within 4 ft of the ground surface in several of the borings. We expect limestone will encountered during grading and general excavation at this site. From our experience, this limestone can be hard and 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 �l] on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting slab 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. m ALPHA Report No. W 191877 • 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 scariiied 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 �ive (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 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 far 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 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. 12 ALPHA Report No. W 191877 7.2 Foundation Excavations All foundation excavations should be monitored to verify foundations bear on suitable material. The bearing stratum exposed in the base of all foundation excavations should be protected against any detrimental change in conditions. Surface runoff water should be drained away from excavations and not allowed to collect. All concrete for foundations should be placed as soon as practical after the excavation is made. Piers should be excavated and concrete placed the same day. Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Therefore, if delays occur, grade beam and pier excavations should be slightly deepened and cleaned, in order to provide a fresh bearing surface. Straight-shaft piers should be slightly enlarged and deepened or a new design penetration made. Grade beams should be cleaned and slightly deepened. All pier shafts should be at least 1-ft or 1/30rh of the pier length, whichever is greater, in diameter to facilitate clean-out of the base and proper monitoring. Concrete placed in pier holes should be directed through a tremie, hopper, ar equivalent. Placement of concrete should be vertical through the center of the shaft without hitting the sides of the pier or reinforcement to reduce the possibility of segregation of aggregates. Concrete placed in piers should have a minimum slump of 5 inches (but not greater than 7 inches) to avoid potential honey-combing. Observations during pier drilling should include, but not necessarily be limited to, the following items: • Verification of proper bearing strata and consistency of subsurface stratification with regard to boring logs, • Confirmation the minimum required penetration into the bearing strata is achieved, • Complete removal of cuttings from bottom of pier holes, • Proper handling of any observed water seepage and sloughing of subsurface materials, • No more than 2 inches of standing water should be permitted in the bottom of pier holes prior to placing concrete, and • Verification of pier diameter, underream size, and steel reinforcement. Groundwater was encountered at a depth of about 20 ft below the ground surface in Boring 46, drilled near the locations where independent drilled piers could be required. Groundwater seepage could be encountered during pier installation. The risk of encountering this seepage is increased during or after periods of precipitation. Some field adjustments in the depth of the piers may be required in some areas to maintain the bottom of the piers above groundwater seepage. Adjustments in the depths of the piers should be observed in the field by ALPHA personnel. Also, the clay soils encountered at the boring locations are prone to collapse during construction of the underreamed portion of the pier foundation. Immediate placement of concrete after constructing the underream and/or the use of submersible pumps may be adequate to control underream collapse 13 ALPHA Report No. W 191877 and/or seepage. Temporary casing may be useful for controlling groundwater seepage that could occur in the clayey soils. As casing is extracted, care should be taken to maintain a positive head of plastic concrete and minimize the potential for intrusion of water seepage. It is recommended a separate bid item be provided far casing on the contractors' bid schedule. ALPHA should be contacted for further review and evaluation if groundwater seepage and/or underream collapse occurs during pier installation. Limestone encountered in the borings was hard to very hard. Drilled pier contractors planning to install straight shaft piers should make provisions for core barrels and/or rock teeth to penetrate hard limestone. 7.3 Fill Compaction The following are recommendations pertaining to general fill compaction. Moisture conditioned soil should conform to the recommendations provided in Section 6.2. 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 iines 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. Clay 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 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 materials used as �11 should be processed and the largest particle or clod should be less than 6 inches prior to compaction. In cases where mass fills are more than 10 ft deep, 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 materiaPs 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. 14 ALPHA Report No. W 191877 7.4 Utilities In cases where utility lines are more than 10 ft deep, 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 prope�ly compacted, fills in excess of about 1 D ft are sti11 subject to settlements ove� time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing utility lines under pavements and/o� othe� a�eas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractar 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 or 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. 7.5 Groundwater Groundwater was encountered in Borings 20 and 46 at depths of about 10 ft and 20 ft below the ground surface, respectively. From our experience, shallower 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 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. 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. 15 ALPHA Report No. W 191877 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 speci�cally 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 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. 16 ALPHA Report No. W 191877 A-1 METHODS OF FiELD EXPLORATiON Using standard rotary drilling equipment, a total of 47 test borings were performed for this geotechnical exploration. The approximate locations of the borings are shown on the Boring Location Plan, Figure 1. The test boring locations were staked using a handheld GPS unit 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 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 iield 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 field 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 laboratory for at least 14 days and then discarded unless the Client requests otherwise. W� � ----- -_ � � � � :� �'--� ��A{" , -. � . /. t �i ' Yril� � Vi.7 1 r i> � ' � 1 � . 1 � �rr {� �4a.°""`� �v. +4 `�� �� t :�,�� � ' µ� � ,�,; � _ _ — �.. „-;` �'" � � #��� � � ; � �B-11 ? �-:C � � ��: �" `�`�� I� �r i ,�""�� �� ;, �R_?p B 24 � '�•. _,��„f,,,,�,.. � � R 15 �� ��, � ' � ,�' �•� � �!., i , .. � W ,�.3t" *�w . , `, ;` �J i 7�T � � 'a�.� s" � ,B 19 � Iv '� • ,„ �LV Y. „S� � e B 10 �'°�,;.� � i. . -� ,� B 36 B 39 B 42 � � a.�,.�. r.���` �.� � _� - ,� g � , : �' �-14 � � �,e : _�� �i��i „ � � �: �, i�i� �L 4 �i �i�l�;� ,' �� �� � ,� �,� i'`�`�[ ,� � � �. �� � �ELEMENTnRY DRIVE � — — - - — - �� � _ /�r� �� .. �.,� B ' ' � fd� `_ i, �� �: ��—��� }f » t � i.„ . i. . F: __ 3-44 ,� ' f /B 3�,�:; / { ,`� ���' x ��� � � �� � ��� � 1� �� � � �,1 *� `. � ��,a���f B 47 � i �1� ,, � _i � „, �, ♦ �a= � � �, , _ � i i � , '- �. � �1 y ; , �t �� . � �� �� �\ �' � i' �} � 1 �� � � w �7 li Iil I � I� �� � . 8 I � ��I£ �� ��. �� �I��i' ' . s ,� �, '����I�J . �= "� �����. ��� .� � , �` c �� � �I1 � ,� �� � � — ��) ° , .�p� + ., � . - , . 6i.._.� �ii i � f�.l.. , i.� ._i_ _ � i .: ��. , t_. ��__ " � - —_.._ :_ i , � B2 ��,�� B` Bl2 � w�.*a. �, ��— �.� �_ � . � ` 7— � -..,..,..,,� - — _ �= � -r� i & T ,�e- ` ^—yr J+ .. r � � � IT���I��%�,�.. ��� �� � � � � ,���� �'� ��r���� � �� ��� ii � i [i N� ��.���� -� e 9�— L �I J . � I �� ' � ��� �_ � : I� � e - ' . _ . _ �� -0 . .�..�....... , � f., _�, � " --� C N ' I a� B ��.. �aus i� . � . ..r . � . . . . . � . . . � t �. . �. � . . . . . . i . . . � . �. 'i 'i s c, I y . ' l34'—� � . $� j i � w { L�`._ � I � � f -- � ...r w, � G � . � � „�.� . ..� �# ,�.r � — «,�T_ � �i6f.; '" ,� �- APPROXIMATE BORING LOCATION GEOTECHNICAL EXPLORATION ������� T E S T I� G �,��''� ZONE' "°""v"°°E°'H"�"E�°'"E° RIVER'S EDGE PHASE 3A AND 3B OFF ELEMENTARY DRIVE AND ROARING RIVER ROAD u zoNeu no�n�enuveo�ENr�ceQu�xeu FORT WORTH, TEXAS �h' H E A E I T A L L 9 E G I N S ��� zorvem nom�vnoven�eNraEQu�ken ALPHA PROJECT NO. W191877 « � Z�NE�� a�Mo�sr�RE��N��r�o���� FIGURE 1 ��� �UNEV 6NTMOISTURECONDITI(1NING � LOiSRL^DWLLEU IERSENUENT BORING LOCATION PLAN ALPHA Report No. W 191877 B-1 METHODS OF LABORATORY TESTING Representative samples were evaluated and classified by a qualif'ied 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 the 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 clayey soils were further analyzed by absorption swell tests in general accordance with ASTM D 4546. 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 Swell Test Data sheet, Figure 2 included in this Appendix. Boring Sample Pressure No. Depth (ft) (psf, vert.) 1 3 375 2 3 375 4 1 125 5 2.5 313 6 1 125 7 3 375 8 3 375 9 1 125 11 5 625 12 3 375 14 0.5 63 19 0.5 63 20 3 375 21 0.5 63 24 1 125 27 14 1750 28 3 375 32 14 1750 33 0.5 63 38 5 625 SWELL TEST RESULTS Material Description Brown CLAY Brown CLAY Brown CLAY Brown CLAY Brown CLAY Brown CLAY Brown CLAY Brown CLAY Tan CLAY Brown CLAY Brown CLAY Brown CLAY Light Brown CLAY Brown CLAY Brown CLAY Light Brown CLAY Light Brown CLAY Light Brown CLAY Light Brown CLAY Brown CLAY Liquid Limit 67 67 72 64 60 65 74 55 45 74 55 47 62 55 34 59 41 30 63 Plastic Limit 22 23 23 21 23 21 25 20 22 23 21 22 24 18 17 19 16 17 21 Plasticity Index 45 44 49 43 37 44 49 35 23 51 34 25 38 37 17 40 25 13 42 Initial Final Moisture Moisture 18% 29% 18% 31% 20% 30% 18% 28% 15% 23% 17% 29% 20% 30% 13% 27% 14% 28% 18% 30% 13% 19% 12% 27% $% 2�% 15% 26% 11% 17% 11% 16% 13% 28% 12% 24% 14% 25% 16% 25% Free Swel I 6.1 % 2.3% 3.6% 4.3% 1.1% 2.4% 3.1 % 1.3% 0.0% 7.7% 1.5% 3.7% 3.3% 4.0% 1.1 % 0.0% 8.0% 0.1 % 0.3% 0.7% FIGURE 2A Boring N o. 42 43 44 45 Sample Pressure Depth (ft) (psf, vert.) 7 875 5 625 9 1125 9 1125 SWELL TEST RESULTS Material Description Brown CLAY Light Brown CLAY Brown CLAY Brown CLAY Liquid Limit 61 48 57 64 Plastic Limit 18 22 19 21 Plasticity Index 43 26 38 43 Initial Final Moisture Moisture 15% 21% 16% 28% 20% 24% 26% 28% FIGURE 2B Free Swel I 0.0% 0.0% 0.0% 0.0% sosBBYushcreekRa. gORING NO.: 1 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 11 4.5+ 19 67 22 45 6.1 - with limestone fragments at 4 ft 4.5+ 10 5 5.0 Tan LIMESTONE with clay seams and layers 100/ 10 1.75" 100/ 15 1.75" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 2 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 2.2 92 17 4.5+ 18 67 23 44 2.3 - with limestone fragments at 4 ft 4.5+ 18 5 5.0 Tan LIMESTONE with clay seams and layers 100/ 10 2.25„ 100/ 15 2.5" 100/ 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 3 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 16 60 21 39 4.5+ 11 - with limestone fragments at 3 ft 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 2.75„ 100/ 10 1.75" 100/ 15 1.5" 100/ 20 20.0 � .75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 4 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 17 72 23 49 3.6 4.5+ 16 3.0 Tan LIMESTONE with clay seams and layers 100/ 5 2.5" 100/ 10 1.75" 100/ 15 1.5" 100/ 20 20.0 � .75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 5 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 20 4.5+ 20 64 21 43 4.3 4.5+ 18 5 5.0 Tan LIMESTONE with clay seams and layers 100/ 10 1.75" 100/ 15 1.5" 100/ 20 20.0 � .75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 6 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 15 60 23 37 1.1 12 3.0 Tan LIMESTONE with clay seams and layers 100/ $ 5 2.75„ 100/ 10 1.5" 100/ 15 1.75" 1 01.7 " 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 7 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 17 4.5+ 17 65 21 44 2.4 7 5 5.0 Tan LIMESTONE with clay seams and layers 100/ 10 1.75" 100/ 15 1.5" 100/ 20 20.0 2.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 8 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/16/2019 End Date: 8/16/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 21.5 110 17 4.5+ 19 74 25 49 3.1 4.0 Tan LIMESTONE with clay seams and layers �pp/ 12 5 3.75„ 7 100/ 9 10 1.25" 100/ 15 2.5" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 9 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/16/2019 End Date: 8/16/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 11 55 20 35 1.3 2.0 Tan LIMESTONE with clay seams and layers 100/ 5 0.25„ 100/ 10 1.25" 100/ 15 3� 19.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 10 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/16/2019 End Date: 8/16/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 15 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 1.25„ 100/ 10 2.5" 14.0 Gray LIMESTONE with shale seams 100/ 15 0.5" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 11 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/16/2019 End Date: 8/16/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 10 49 23 26 2.0 Tan CLAY with calcareous nodules 4.5+ 11 5 4.5+ 15 45 22 23 0.0 4.5 2.3 103 23 4.5+ 16 10 13.0 Tan SHALY CLAY 4.25 23 64 21 43 15 16.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 12 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/15/2019 End Date: 8/15/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 13 4.5+ 19 74 23 51 7.7 - with limestone fragments at 4 ft 4.5+ 12 5 5.0 Tan LIMESTONE with clay seams and layers 100/ 1.5" 100/ 10 � �� 100/ 15 1.5" 100/ 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 13 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/15/2019 End Date: 8/15/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 18 59 22 37 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 0.5" 100/ 10 1.5" 1�0/ 15 18.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 14 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/15/2019 End Date: 8/15/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 13 55 21 34 1.5 2.0 Tan LIMESTONE with clay seams and layers 100/ 5 � �� 100/ 10 3�� 13.0 Gray LIMESTONE with shale seams 100/ 15 2� 100/ 20 20.0 � .25" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 15 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/16/2019 End Date: 8/16/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Light Brown CLAY 4.5+ 7 41 18 23 4.5+ 10 3.0 Tan LIMESTONE with clay seams and layers 100/ 5 1.5" 100/ 10 2.5" 13.0 Gray SHALE 1�0/ 15 100/ 20 20.0 3.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 16 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 7 2.0 Tan CLAY 4.5+ 7 36 17 19 4.5+ 12 5 5.0 Tan LIMESTONE with clay seams and layers 100/ 10 1.25" 12.0 Gray LIMESTONE with shale seams 100/ 15 100/ 20 20.0 � .25" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 17 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/15/2019 End Date: 8/15/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown to Tan CLAY with limestone fragments 4.5+ 14 44 23 21 - possible fill 7 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 4.5" 100/ 10 1.25" 100/ 15 2� 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 18 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/15/2019 End Date: 8/15/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 3�� 100/ 10 1.5" 13.0 Gray LIMESTONE with shale seams 100/ 15 2.25" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 19 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/15/2019 End Date: 8/15/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 12 3.7 4.5+ 11 61 19 42 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 2�� 100/ 10 5.5" 13.0 Gray LIMESTONE with shale seams 100/ 15 2.75" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 20 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � 10 �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 13 2.0 Light Brown CLAY 4.5+ 8 47 22 25 3.3 5 4.5+ 4.7 116 9 4.5+ 18 4.5+ 8 10 � 11.0 Gray LIMESTONE with shale seams 100/ 15 0.75" 100/ 20 20.0 � .25" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 21 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/13/2019 End Date: 8/13/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 14 62 24 38 4.0 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 1.25„ 100/ 10 0.75" 100/ 15 2.5" 18.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 22 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/13/2019 End Date: 8/13/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 5 64 23 41 2.0 Tan LIMESTONE with clay seams and layers 6 100/ 5 1.25„ 100/ 10 10 0.75" 13.0 Gray LIMESTONE with shale seams 100/ � 15 2.5" 100/ 9 20 20.0 0.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 23 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/13/2019 End Date: 8/13/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 46 25 21 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 0.25„ 100/ 11 10 2�� 13.0 Gray LIMESTONE with shale seams 100/ 10 15 2.25" 100/ 10 20 20.0 � .25" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 24 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 11 55 18 37 1.1 2.0 Tan LIMESTONE with clay seams and layers 100/ 5 1.5" 8.0 Gray LIMESTONE with shale seams 100/ 10 2.75„ 100/ 15 2.5" 100/ 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 25 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 10 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 3�� 100/ 10 2.5" 14.0 Gray LIMESTONE with shale seams 100/ 15 2�� 100/ 20 20.0 2.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 26 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 1.0 5 45 22 23 Tan LIMESTONE with clay seams and layers 100/ 5 2.5" 100/ 10 3.25" 14.0 Gray LIMESTONE with shale seams 100/ 15 1.75" 100/ 20 20.0 � .75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 27 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 100/ 5 2.75„ 100/ 10 1.75" 11.0 Light Brown CLAY 4.5+ 12 34 17 17 0.0 15 17.0 Gray CLAY — 4.5+ 18 52 18 34 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 28 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 15 2.0 Light Brown CLAY 4.5 12 59 19 40 8.0 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 0.25„ 100/ 10 1.5" 13.0 Gray LIMESTONE with shale seams 100/ 15 0.75" 100/ 20 20.0 � .25" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 29 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 14 43 19 24 1.0 Tan LIMESTONE with clay seams and layers 7 100/ 5 0.75„ 100/ 10 3�� 12.0 Gray LIMESTONE with shale seams 100/ 15 2.25" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 30 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 14 68 26 42 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 5�� 12 100/ 10 10 4.25" 13.0 Gray LIMESTONE with shale seams 100/ 15 3.5" 100/ 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 31 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 100/ 5 3�� 100/ 10 2.5" 13.0 Tan CLAY 4.5+ 9 41 18 23 15 15.0 Tan LIMESTONE with clay seams and layers 19.0 Gray CLAY 39� 14 20 20.0 � 2�� TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 32 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 10 9 100/ 5 � �� 8 100/ 11 10 2.5" 12.0 Light Brown CLAY 4.5+ 12 41 16 25 0.1 15 4.5+ 12 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 33 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Light Brown CLAY 4.5+ 14 30 17 13 0.3 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 0.5" 100/ 10 1.5" 13.0 Gray LIMESTONE with shale seams 100/ 15 1.25" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 34 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 12 49 20 29 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 4�� 100/ 10 5.25" 12.0 Gray LIMESTONE with shale seams 100/ 15 2.75" 100/ 20 20.0 2.25" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 35 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/13/2019 End Date: 8/13/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments - possible fill 4.5+ 14 2.0 Tan CLAY with limestone fragments - possible fill 5 4.5+ 9 36 16 20 8.0 Tan CLAY 4.5+ 23 10 14.0 Tan LIMESTONE with clay seams and layers 100/ 20 15 1.25" 17.0 Gray LIMESTONE with shale seams 100/ 20 20.0 2.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 36 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 12 57 16 41 2.0 Tan LIMESTONE with clay seams and layers $ 100/ 5 0.5" 69/ 10 10 10.0 9•5 Tan SHALY CLAY 4.5 16 36 19 17 15 4.5+ 21 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 37 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 13 64 25 39 2.0 Tan LIMESTONE with clay seams and layers 10 100/ 5 3.25„ 100/ 10 4.25" 100/ 15 6� 16 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 38 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/13/2019 End Date: 8/13/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown and Tan CLAY with limestone fragments 4.5 11 - FILL 6 4.0 Brown CLAY 5 4.5+ 16 63 21 42 0.7 4.5+ 16 4.5+ 11 10 12.0 Tan CLAY 3.25 18 35 19 16 15 4.0 14 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 39 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments - FILL 4.5+ 11 6 5 4.5+ 8 35 14 21 6.0 Brown CLAY 4.5+ 16 42 19 23 4.5+ 15 10 12.0 Light Brown CLAY — 4.5 19 15 — 3.5 20 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 40 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 8 57 22 35 2.0 Tan CLAY 4.5+ 10 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 ��� 100/ 10 6.5" 13.0 Gray SHALE 100/ � 9 15 5.5" 16.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams 100/ 20 20.0 2.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 41 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/12/2019 End Date: 8/12/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown and Tan CLAY with limestone fragments - FILL 4.5+ 11 7 5 4.5+ 10 48 23 25 11 8.0 Brown CLAY 4.5 24 10 12.0 Reddish Brown CLAY — 2.75 25 59 22 37 15 — 2.75 25 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 42 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with boulders and cobbles- FILL 100/ � 5 8.75„ 6.0 Brown CLAY 4.5 15 61 18 43 0.0 4.5+ 10 10 12.0 Light Brown CLAY with limestone fragments — 4.0 7 55 19 36 15 — 9 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 43 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 8 4.5+ 15 4.0 Light Brown CLAY 5 4.5+ 17 48 22 26 0.0 3.75 2.7 112 16 4.25 18 10 15 17.0 Gray LIMESTONE with shale seams 100/ 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 44 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/12/2019 End Date: 8/12/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan and Brown CLAY with limestone fragments - FILL 4'5+ $ 5 4.5+ 11 6.0 Brown CLAY 3.25 1.4 94 26 4.25 17 57 19 38 0.0 10 4.5+ 28 15 4.5+ 18 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 45 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/13/2019 End Date: 8/13/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with cobbles and boulders 9 - FILL 8 100/ 9 5 3�� 27 8.0 Brown CLAY 3.0 26 64 21 43 0.0 10 4.0 3.0 115 15 15 17.0 Light Brown CLAY 4.25 10 38 16 22 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 46 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/12/2019 End Date: 8/12/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � a� o Q o c� � " o u� rn� . . . � � 20 T L a� U� ��- � u�i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): 20 °� >C� � o � E °' v� mo � � � � � ~ Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with cobbles and boulders - FILL 4.5+ 11 10 100/ 10 5 2.5" 11 8.0 Brown CLAY 3.5 14 53 17 36 10 1.0 0.7 103 23 15 1.0 0.6 111 19 20 1 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 47 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/12/2019 End Date: 8/12/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with cobbles and boulders 4.5+ 14 - FILL 100/ 5 0.5" 100/ 10 5.5" 11.0 Brown CLAY 4.5+ 5.5 112 14 67 22 45 15 15.0 Light Brown GRAVELLY CLAY 4.5+ 9 37 17 20 20 20.0 TEST BORING TERMINATED AT 20 FT ALPHA/� � TESTING 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 K�i4 �o�('�,d (GM), SILTY GRAVEL ti1�4 � (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 I�I � TEXAS CONE PENETRATION �ROCK CORE (2" ID except where noted otherwise) KEY TO SOIL SYMBOLS AND CLASSIFICATIONS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) VERY LOOSE 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 RELATIVE PROPORTIONS TRACE LITTLE SOME AND 4 TO 15 16 TO 25 26 TO 35 OVER 35 1 TO 10 11 TO 20 21 TO 35 36 TO 50 PARTICLE SIZE IDENTIFICATION (DIAMETER) 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 0.07 mm T0 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm hL��IA � � TE�TI�1� W#SERE IT �#LL �EGINS December 23, 2019 Geotechnical Construction Materrals Fnvironmental TBPE Firm No. 813 Forestar (USA) Real Estate Group, Inc. - Dallas 2223 E. Lamar Boulevard, Suite 790 Arlington, Texas 76006 Attention: Mr. Kevin Lazares Re: Addendum to Geotechnical Exploration Test Pit Observations River's Edge Phase 3A and 3B Off Elementary Drive, North of Roaring River Road Fort Worth, Texas Alpha Report No. W 191877-2 5058 Brush Creek Road � Tel.• 817-496-5600 Fort Worth, Texas 76119 Fax.• 817-496-5608 www. alphatesting. com ALPHA provided geotechnical recommendations for residential foundations for the project referenced above under Report No. W 191877 dated September 16, 2019. This letter serves as an addendum to the referenced report and should not be considered separately from that report. ALPHA performed 18 test pits on selected lots across the site on November 12 and 13, 2019. The test pits were excavated using a track-mounted hydraulic excavator. Test pits were eXcavated at specific locations as shown on the Test Pit Excavation Plan attached to this letter. The test pits were terminated when apparently native materials were encountered. The test pit excavations were backfilled shortly after completion of the test pit. TABLE A Test Pit Location and Fill Depth Encountered Summar Test Pit No Depth of Fill Encountered in Test Pit (ft) 1 4 2 7.5 3 6 4 0 5 4 6 6.5 7 10 8 8.5 9 4 10 5 11 5.5 12 7 13 6 14 8 15 8 16 2 17 2 18 2.5 ALHA Report No. W 191877-2 Based on our observations, subsurface conditions encountered in the test pits generally consisted of rocky fill material extending to the depths indicated in the table above, overlying native clays or limestone at the termination depth of the test pits. Numerous large limestone boulders, cobbles and fragments were observed in the fill material. Trash, construction debris, organic materials, and other debris were not observed in the test pits, although these materials could be present below grade in areas not explored by the test pits. Groundwater was not encountered in the test pits. 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. ����� '�,r �..-� � ���.�� OF �������f rt�: � . *�� .�: +� . . . ..... . . ..... . . ..... . . . ..... . . .... BRIAM J. H�YT ..................,........i+.�., � ''�:� 11�748 ;��i� �1M��'• .�rc�s�� .��� � �����i��� �+�� December 23, 2019 Theodore A. (Tony) Janish, P.E. Principal BJH/TAJ/klf Copies: (1-PDF) Client Enclosures: Test Pit Location Plan — Figure 1 � � I Brian J. Hoyt, P.E. Geotechnical Department Manager 2 �W � � � � � � � :� � ---� r�a4- , -. , . � ,� � , ����, B-�� � � , ��.�.� , � � � �„� ..� � �— E � idawSrt�w�o.�atr�i141 � I 61� �� � '- � B ,2�% B-11 � + „ i 1 i'�""�� -�' y �B-20 B-24 � a. B-33 �"f"""" � � R-15 � 8-28� � ~ � �� � "°a w � � 'ow s" B-10. * ,B_�� '�' � � " ���P_1� � 2 TP_3 � e �•-� �� B-23 8-27 B-32 ' a.:,.�.- .� B_� B-1� • r• w ■ � . � � � � �B-36 � B-39 _� B-42 �u W � LEMENTARY DRNE — • — - ��� . TP_� _ � g_q .. ' mi R-18 TP_4 TP-5 TP-6 B_� . . ' . B-zz b � ��_z6 � a B-3� � . �T . � . TP_8 � � � B-44 � B-3 µ' B-13 - # B-35 B-38 � B- 4 -� B-47 J TP-16 '� TP-1 1� TP-12 � , ` + w . . . r . w TP-9 TP-10 B8 � . . � i� �' B-5 �` � B-21 B-25- I `! w Y• � B-2 � B-12 � B-17 TP-18 7 - �-,w��-30— - - B-34 z _ - 8-37 � �� B_43 - -R-40 ' — TP-14 � � � " ' . �} B-46 , I 4 A F Q� 7� N � � I . �i� - '� _ TP-17 � ' Y � � TP-13. �� ± . . .. � , . . . � � . . � � » � .. ,. . . , . , . . , . . . �, � . �. � B-� l34 — , ! y$I , g I' . i " f� •- _� � ��_ i TP-15 0 � ..... w � . � � „�.� . .r�r� r�,�.r � B-45 ' «,5�i_ " �a'Lr.; '�6 ,� ADDENDUM TO GEOTECHNICAL EXPLORAT[On ������� T E S T I� G TEST PIT OBSERVATIONS -�� APPROXIVIATEBORINGLOCATION RIVER'S EDGE PHASE 3A AND 3B OFF ELEMENTARY DRIVE AND ROARING RIV�R ROAD �' H E A E I T A L L 9 E G I N S # TEST PIT LOCATION FORT WORTH, TEXAS ALPn,a Puo1FCT No. w� 9� s��-z FIGURE 1 BORING AND TEST PIT LOCATION PLAN hL��IA � � TE�TI�1� W#SERE IT �#LL �EGINS October 22, 2019 Geotechnical Construction Materrals Fnvironmental TBPE Firm No. 813 Forestar (USA) Real Estate Group, Inc. 2221 E. Lamar Blvd, Suite 790 Arlington, TX 76006 Attention: Mr. Kevin Lazares Re: Pavement Recommendations River's Edge Phase 3A and 3B Off Elementary Drive and Roaring River Road Fort Worth, Texas ALPHA Report No. W 191877-A 5058 Brush Creek Road � Tel.• 817-496-5600 Fort Worth, Texas 76119 Fax.• 817-496-5608 www. alphatesting. com Submitted herein are the recommended pavement sections for the proposed subdivision (River's Edge Phase 3A and 3B). The proposed subdivision is generally located off Elementary Drive and Roaring River Road in Fort Worth, Texas. This study was authorized by Mr. Kevin Lazares on July 17, 2019 and performed in accordance with ALPHA Proposal No. 72233 dated July 16, 2019. This report is an extension of ALPHA Report No. W191877 dated September 16, 2019 containing geotechnical recommendations for residential foundations. The purpose of this study is to develop pavement sections for the planned streets in the subject subdivision 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. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (ALPHA) to evaluate for Forestar (USA) Real Estate Group, Inc. (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 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. ALHA Report No. W 191877-A 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 Pavemcnt Thickncss(in) placcd 6 7'/z 10 on lime stabilized subgrade soil 28-day Concrete Compressive 3,600 3,600 3,600 Strength (psi) Subgrade Treatment 6 inches Lime 8 inches Lime 8 inches Lime Application Rate (lbs per sq yd) 30 30 30 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 explored by drilling a total of 47 test borings to a depth of about 20 ft. 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 field 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 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. 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 pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: 2 ALHA Report No. W 191877-A • Moisture Content (ASTM D 2216) • Atterberg-Limits (ASTM D 4318) • Unconfined Compressive Strength (ASTM D 2166) • 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, bulk samples were obtained from the site in the vicinity of Boring 43 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 project site lies within the undivided Fort Worth Limestone and Duck Creek formation. This undivided formation generally consists of alternating layers of limestone and marl (limey shale). Residual overburden soils associated with these undivided formations generally consist of clay soils characterized by moderate to high shrink-swell potential. Subsurface conditions encountered in most of the borings generally consisted of clay and shaly clay to depths of about 1 ft to 17 ft below the ground surface underlain by limestone and/or shale extending to the 20 ft termination depth. Limestone was encountered at the surface in Borings 27 and 32 underlain by clay at respective depths of 11 ft and 12 ft below the ground surface which extended to the 20 ft termination depth. Clay extended to the 20 ft termination depth of Borings 36, 38, 39, 41, 42 and 44 through 47. The upper 4 ft to 11 ft of material encountered in Borings 17, 35, 38, 39, 41, 42 and 44 through 47 were visually classified as fill or possible fill mate�ial. Limestone f�agments, cobbles and boulders were present in most of the borings where fill was encountered. Most of the materials encountered in the borings are considered relatively impermeable and are anticipated 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 subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. Free groundwater was encountered in Borings 20 and 46 at depths of about 10 ft and 20 ft below the ground surface, respectively, during drilling. Boring 20 was dry immediately upon completion of drilling and groundwater was observed at the 20 ft termination depth in Boring 46 immediately upon completion of drilling. No free groundwater was encountered in the remaining borings. It is common to encounter seasonal groundwater in fill material, from natural fractures within the clayey matrix, at the soil/rock (limestone and/or shale) 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. W 191877-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 signi�cantly 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 Sub�rade Preparation Based on review of the borings and preliminary grading plans prepared by LJA Engineering, Inc. (Sheets 3 through 8, dated July 2019), 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, and mixed with a minimum 301bs 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. The results of lime series tests performed on representative clay samples are attached (Figure 4). We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil-lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil-lime mixture is at/or below 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 final grade. Potential seasonal movements are discussed in more detail in ALPHA Report No. W 191877 performed for the residential foundations to be constructed at the site. 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. 4 ALHA Report No. W 191877-A California Bearing Ratio (CBR) tests performed for this project indicate the CBR values for the natural clay soil tested could be about 2.5 to 2.7 (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 • Tern�inal PSI for 2.0 (Residential Urban) 2.25 (Collector) 2.5 (Arterial) • Standard Deviation 0.39 • Reliability 85 percent *Subgrade prepared with lime stabilization, or graded limestone as 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 LS 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 traffic 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 13,000,000. If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. 5 ALHA Report No. W 191877-A 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'/2-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 eight (8) samples obtained from the borings were tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table B. TABLE S Soluble Sulfates Sample Boring Depth, Soluble Sulfate, No. No. ft Material Type m/K ( m) 1 4 0-2 Brown Clay 104 2 12 2-4 Brown Clay 220 3 19 4-6 Brown Clay 92 4 20 0-2 Brown Clay 107 5 28 0-2 Brown Clay 85 6 38 0-2 Brown Clay ]40 7 43 2-4 Brown Clay 88 8 44 4-6 Tan and Brown Clay 145 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. 6 ALHA Report No. W 191877-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 �rm 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� As discussed in Section 2.0, some grading and clearing occurred on the site, particularly in the eastern half of the site. It also appears that stockpiles of fill were staged in several areas of the site. The upper 4 ft to 11 ft of material encountered in Borings 17, 35, 38, 39, 41, 42 and 44 through 47 were visually classi�ed as fill or possible fill material. Limestone cobbles and boulders were encountered in the fill material in some of the borings. Existing fill materials could also contain organics, rubble, and other debris which could be encountered during site grading and general excavation. The earthwork and excavation contracts should contain provisions for removal of unsuitable materials in the existing �11. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of existing iill at this site. ALPHA would be pleased to provide this service if desired. Limestone was encountered at the surface or within 4 ft of the ground surface in several of the borings. We expect limestone will encountered during grading and general excavation at this site. From our experience, this limestone can be hard and 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 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. W 191877-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 �ive (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. 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 far 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. 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 with a plasticity index equal to or greater than 25 should be compacted to a dry density between 95 and 100 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 5 percentage points above optimum. Clay with a plasticity index less than 25 should be compactcd 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. s ALHA Report No. W 191877-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 or other rock-like materials used as fill 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. In general, processed limestone used as fill should have a maximum particle size of 6 inches. However, any processed limestone used as fill within 3 ft of the final pavement subgrade elevation should have a maximum particle size of 3 inches. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. In cases where mass fills are more than 10 ft deep, 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. In general site grading areas where final fill slopes will be four horizontal to one vertical (4:1) or steeper and greater than 5 ft in height, field density and moisture content tests should be performed on each lift. Utilities In cases where utility lines are more than 10 ft deep, 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 1 D ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be conside�ed when designing utility lines under pavements 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 or 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. 9 ALHA Report No. W 191877-A Groundwater Groundwater was encountered in Borings 20 and 46 at depths of about 10 ft and 20 ft below the ground surface, respectively. From our experience, shallower groundwater seepage could be encountered from 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 ofiice could be contacted to visually observe iinal 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. 10 ALHA Report No. W 191877-A 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 TESTING, INC. is not responsible for 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. 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. � �4��� �F ��� ��1 � c� � �.;�,�, M� i*= . � • ���, . � �: . � � .. � �BRIAN J. FiQYT :..,- �� -�:'" "�����s� .�� ���1�'�' •�'v�s�� •����' 1���,�`1���� ��� � , � J~ ��������� � October 22, 2019 Mark L. McKay, P.E� _ Director of Geotechnical Engineering BJH/MLM/klf Copies: (1-PDF) Client 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 47) Key to Soil Symbols and Classificarions � �—_ I Brian J. Hoyt, P.E. Geotechnical Department Manager m �W � � � � � � � :� � ---� r�a4- , -. , . � ,� � , ����, B-�� � � , ��.�.� , � � � �„� ..� � �— E � idawSrt�w�o.�atr�i141 � I 61� �� � '- � B ,2�% B-11 � + „ i 1 i'�""�� -�' y �B-20 B-24 � a. B-33 �"f"""" � � R-15 � 8-28� � » w �� � .'�r+a, n?wr � • • �i � �� �i f �a �..� B-10. ' B-19 � B-39 R_42 � ��-� �� B-23 8-27 � B-32 B-36. � a.�,.�.- .� B_� B-14 . . . . ■ _ � � � � . � • --T - ------ - LEMENTARY DRNE — ■�� N � g_q _ '� R-18 — I B-44 � B-6 ' + � . B-22 b y B-26 � a B-31 � B-35 , B-38 �-41 B-47 �///3 B-13 - # i � f M _ fJ f � { . � Ir . a . . a r � w f r n � � B c� � . . � Y `'� � � • � B-5 B-12 - B-17 � B-21 _ B-25 �:��-30— - - B-34 z _ _ 8-37 w w • ~ . � B-2 -B_40�- — B-43 B-46 I � . ' � � +J � A F � . I �• � ' Y � � � � � µ • � � � � � + � I M I � • � I x y � r i� ti � � • � • � i • � � ' • iL B-� l34 — , ! y$ I 9�� . i » f� 1�..- , - l I ��_ i" B-45� � ..... w � . �ti � w� . rrr� r..t w.r � ' r�ri_ '� �a'�e.T '�6 ,� PAVEMENT RECOMMENDATIONS ������� T E S T I� G RIVER'S EDGE PHSE 3A AND 3B OFF ELEMENTARY DRIVE AND ROARING ROAD U,� H E A E I T A L L 9 E G I N S � APPROXIMATEBORINGLOCAT1oN FORT WORTH, TEXAS ALPHA PROJECT NO. W 191877-A FIGURE 1 BORING LOCATION PLAN ALPHA ��TEST�NG � WHERE IT ALL BEGIHS i2o 115 110 � t) � 105 r t � j 100 � r+ ._ = 95 � � 90 85 80 5.0% Geotechnical • Construction Materials • Envirnnmenta/ • TBPE Firm No. 813 REPORT OF MOISTURE DENSITY RELATIONSHIP RESULTS (ASTM D698-A) Material Description: Classification: CH LL:61 Sample Location: Boring 43 PL: 24 Maximum Dry Unit Weight (pcfl: 89.4 PI : 37 Optimum Moistuire Content (%): 26.0 % Passing #200: 80.4% Project No: W 191877-A Date: 08/09/19 10.0% 15.0% 20.0% 25.0% Moisture Content, (%) 30.0% 35.0% FIGURE 2 ALPHA /��TE�T�N� � WHERE IT ALL BEGIHS Geotechnical • Constructinn Materials • Envirnnmenta/ • TBPE Firm No. 813 REPORT OF CALIFORNIA BEARING RATIO RESULTS (ASTM D1883) Project No: W191877-A Date: 09/06/19 Material Description: 0 Sample Location: Boring 43 CBR @ 0.10 Inches = 2.5% CBR @ 0.20 Inches = 2.7% 60 50 40 .N Q N N d 30 L i+ N 20 10 — • • • • 0 0.0 0.1 0.2 0.3 Penetration, in 0.4 0.5 0.6 FIGURE 3 AL�PNA��TEST�NG � {NHERE IT ALL BEGINS Geotechnic�d • Construction Materials • Envirnnmental • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W 191877-A I Date: 10/08/19 Borings: 12, 16, 35 and 43 % Lime 0% 2% 4% 6% 8% pl 27 14 11 9 6 70 65 60 55 50 45 40 a 35 30 25 20 15 10 5 0 0% 1% 2% 3% 4°/ 5% 6% 7% 8% 9% 10% 11°/ 12% 13% 14% 15% 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 Subqrade Reaction (k-value) 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 Subqrade Reaction (k-value) 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 Subqrade Reaction (k-value) 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: sosBBYushcreekRa. gORING NO.: 1 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 11 4.5+ 19 67 22 45 6.1 - with limestone fragments at 4 ft 4.5+ 10 5 5.0 Tan LIMESTONE with clay seams and layers 100/ 10 1.75" 100/ 15 1.75" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 2 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 2.2 92 17 4.5+ 18 67 23 44 2.3 - with limestone fragments at 4 ft 4.5+ 18 5 5.0 Tan LIMESTONE with clay seams and layers 100/ 10 2.25„ 100/ 15 2.5" 100/ 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 3 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 16 60 21 39 4.5+ 11 - with limestone fragments at 3 ft 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 2.75„ 100/ 10 1.75" 100/ 15 1.5" 100/ 20 20.0 � .75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 4 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 17 72 23 49 3.6 4.5+ 16 3.0 Tan LIMESTONE with clay seams and layers 100/ 5 2.5" 100/ 10 1.75" 100/ 15 1.5" 100/ 20 20.0 � .75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 5 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 20 4.5+ 20 64 21 43 4.3 4.5+ 18 5 5.0 Tan LIMESTONE with clay seams and layers 100/ 10 1.75" 100/ 15 1.5" 100/ 20 20.0 � .75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 6 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 15 60 23 37 1.1 12 3.0 Tan LIMESTONE with clay seams and layers 100/ $ 5 2.75„ 100/ 10 1.5" 100/ 15 1.75" 1 01.7 " 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 7 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/17/2019 End Date: 8/17/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 17 4.5+ 17 65 21 44 2.4 7 5 5.0 Tan LIMESTONE with clay seams and layers 100/ 10 1.75" 100/ 15 1.5" 100/ 20 20.0 2.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 8 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/16/2019 End Date: 8/16/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 21.5 110 17 4.5+ 19 74 25 49 3.1 4.0 Tan LIMESTONE with clay seams and layers �pp/ 12 5 3.75„ 7 100/ 9 10 1.25" 100/ 15 2.5" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 9 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/16/2019 End Date: 8/16/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 11 55 20 35 1.3 2.0 Tan LIMESTONE with clay seams and layers 100/ 5 0.25„ 100/ 10 1.25" 100/ 15 3� 19.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 10 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/16/2019 End Date: 8/16/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 15 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 1.25„ 100/ 10 2.5" 14.0 Gray LIMESTONE with shale seams 100/ 15 0.5" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 11 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/16/2019 End Date: 8/16/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 10 49 23 26 2.0 Tan CLAY with calcareous nodules 4.5+ 11 5 4.5+ 15 45 22 23 0.0 4.5 2.3 103 23 4.5+ 16 10 13.0 Tan SHALY CLAY 4.25 23 64 21 43 15 16.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 12 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/15/2019 End Date: 8/15/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 13 4.5+ 19 74 23 51 7.7 - with limestone fragments at 4 ft 4.5+ 12 5 5.0 Tan LIMESTONE with clay seams and layers 100/ 1.5" 100/ 10 � �� 100/ 15 1.5" 100/ 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 13 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/15/2019 End Date: 8/15/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 18 59 22 37 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 0.5" 100/ 10 1.5" 1�0/ 15 18.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 14 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/15/2019 End Date: 8/15/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 13 55 21 34 1.5 2.0 Tan LIMESTONE with clay seams and layers 100/ 5 � �� 100/ 10 3�� 13.0 Gray LIMESTONE with shale seams 100/ 15 2� 100/ 20 20.0 � .25" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 15 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/16/2019 End Date: 8/16/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Light Brown CLAY 4.5+ 7 41 18 23 4.5+ 10 3.0 Tan LIMESTONE with clay seams and layers 100/ 5 1.5" 100/ 10 2.5" 13.0 Gray SHALE 1�0/ 15 100/ 20 20.0 3.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 16 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 7 2.0 Tan CLAY 4.5+ 7 36 17 19 4.5+ 12 5 5.0 Tan LIMESTONE with clay seams and layers 100/ 10 1.25" 12.0 Gray LIMESTONE with shale seams 100/ 15 100/ 20 20.0 � .25" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 17 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/15/2019 End Date: 8/15/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown to Tan CLAY with limestone fragments 4.5+ 14 44 23 21 - possible fill 7 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 4.5" 100/ 10 1.25" 100/ 15 2� 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 18 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/15/2019 End Date: 8/15/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 3�� 100/ 10 1.5" 13.0 Gray LIMESTONE with shale seams 100/ 15 2.25" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 19 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/15/2019 End Date: 8/15/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 12 3.7 4.5+ 11 61 19 42 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 2�� 100/ 10 5.5" 13.0 Gray LIMESTONE with shale seams 100/ 15 2.75" 100/ 20 20.0 1.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 20 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � 10 �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 13 2.0 Light Brown CLAY 4.5+ 8 47 22 25 3.3 5 4.5+ 4.7 116 9 4.5+ 18 4.5+ 8 10 � 11.0 Gray LIMESTONE with shale seams 100/ 15 0.75" 100/ 20 20.0 � .25" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 21 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/13/2019 End Date: 8/13/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 14 62 24 38 4.0 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 1.25„ 100/ 10 0.75" 100/ 15 2.5" 18.0 Gray LIMESTONE with shale seams 100/ 20 20.0 0.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 22 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/13/2019 End Date: 8/13/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 5 64 23 41 2.0 Tan LIMESTONE with clay seams and layers 6 100/ 5 1.25„ 100/ 10 10 0.75" 13.0 Gray LIMESTONE with shale seams 100/ � 15 2.5" 100/ 9 20 20.0 0.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 23 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/13/2019 End Date: 8/13/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 46 25 21 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 0.25„ 100/ 11 10 2�� 13.0 Gray LIMESTONE with shale seams 100/ 10 15 2.25" 100/ 10 20 20.0 � .25" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 24 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 11 55 18 37 1.1 2.0 Tan LIMESTONE with clay seams and layers 100/ 5 1.5" 8.0 Gray LIMESTONE with shale seams 100/ 10 2.75„ 100/ 15 2.5" 100/ 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 25 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 10 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 3�� 100/ 10 2.5" 14.0 Gray LIMESTONE with shale seams 100/ 15 2�� 100/ 20 20.0 2.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 26 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 1.0 5 45 22 23 Tan LIMESTONE with clay seams and layers 100/ 5 2.5" 100/ 10 3.25" 14.0 Gray LIMESTONE with shale seams 100/ 15 1.75" 100/ 20 20.0 � .75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 27 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 100/ 5 2.75„ 100/ 10 1.75" 11.0 Light Brown CLAY 4.5+ 12 34 17 17 0.0 15 17.0 Gray CLAY — 4.5+ 18 52 18 34 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 28 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 15 2.0 Light Brown CLAY 4.5 12 59 19 40 8.0 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 0.25„ 100/ 10 1.5" 13.0 Gray LIMESTONE with shale seams 100/ 15 0.75" 100/ 20 20.0 � .25" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 29 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 14 43 19 24 1.0 Tan LIMESTONE with clay seams and layers 7 100/ 5 0.75„ 100/ 10 3�� 12.0 Gray LIMESTONE with shale seams 100/ 15 2.25" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 30 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 14 68 26 42 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 5�� 12 100/ 10 10 4.25" 13.0 Gray LIMESTONE with shale seams 100/ 15 3.5" 100/ 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 31 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 100/ 5 3�� 100/ 10 2.5" 13.0 Tan CLAY 4.5+ 9 41 18 23 15 15.0 Tan LIMESTONE with clay seams and layers 19.0 Gray CLAY 39� 14 20 20.0 � 2�� TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 32 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers 10 9 100/ 5 � �� 8 100/ 11 10 2.5" 12.0 Light Brown CLAY 4.5+ 12 41 16 25 0.1 15 4.5+ 12 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 33 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Light Brown CLAY 4.5+ 14 30 17 13 0.3 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 0.5" 100/ 10 1.5" 13.0 Gray LIMESTONE with shale seams 100/ 15 1.25" 100/ 20 20.0 0.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 34 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/14/2019 End Date: 8/14/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 12 49 20 29 1.0 Tan LIMESTONE with clay seams and layers 100/ 5 4�� 100/ 10 5.25" 12.0 Gray LIMESTONE with shale seams 100/ 15 2.75" 100/ 20 20.0 2.25" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 35 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/13/2019 End Date: 8/13/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments - possible fill 4.5+ 14 2.0 Tan CLAY with limestone fragments - possible fill 5 4.5+ 9 36 16 20 8.0 Tan CLAY 4.5+ 23 10 14.0 Tan LIMESTONE with clay seams and layers 100/ 20 15 1.25" 17.0 Gray LIMESTONE with shale seams 100/ 20 20.0 2.75" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 36 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY 4.5+ 12 57 16 41 2.0 Tan LIMESTONE with clay seams and layers $ 100/ 5 0.5" 69/ 10 10 10.0 9•5 Tan SHALY CLAY 4.5 16 36 19 17 15 4.5+ 21 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 37 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 13 64 25 39 2.0 Tan LIMESTONE with clay seams and layers 10 100/ 5 3.25„ 100/ 10 4.25" 100/ 15 6� 16 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 38 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/13/2019 End Date: 8/13/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown and Tan CLAY with limestone fragments 4.5 11 - FILL 6 4.0 Brown CLAY 5 4.5+ 16 63 21 42 0.7 4.5+ 16 4.5+ 11 10 12.0 Tan CLAY 3.25 18 35 19 16 15 4.0 14 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 39 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments - FILL 4.5+ 11 6 5 4.5+ 8 35 14 21 6.0 Brown CLAY 4.5+ 16 42 19 23 4.5+ 15 10 12.0 Light Brown CLAY — 4.5 19 15 — 3.5 20 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 40 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 8 57 22 35 2.0 Tan CLAY 4.5+ 10 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 ��� 100/ 10 6.5" 13.0 Gray SHALE 100/ � 9 15 5.5" 16.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams 100/ 20 20.0 2.5" TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 41 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/12/2019 End Date: 8/12/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown and Tan CLAY with limestone fragments - FILL 4.5+ 11 7 5 4.5+ 10 48 23 25 11 8.0 Brown CLAY 4.5 24 10 12.0 Reddish Brown CLAY — 2.75 25 59 22 37 15 — 2.75 25 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 42 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with boulders and cobbles- FILL 100/ � 5 8.75„ 6.0 Brown CLAY 4.5 15 61 18 43 0.0 4.5+ 10 10 12.0 Light Brown CLAY with limestone fragments — 4.0 7 55 19 36 15 — 9 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 43 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: $�5�20�9 End Date: $�5�20�9 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Brown CLAY with limestone fragments 4.5+ 8 4.5+ 15 4.0 Light Brown CLAY 5 4.5+ 17 48 22 26 0.0 3.75 2.7 112 16 4.25 18 10 15 17.0 Gray LIMESTONE with shale seams 100/ 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 44 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/12/2019 End Date: 8/12/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan and Brown CLAY with limestone fragments - FILL 4'5+ $ 5 4.5+ 11 6.0 Brown CLAY 3.25 1.4 94 26 4.25 17 57 19 38 0.0 10 4.5+ 28 15 4.5+ 18 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 45 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/13/2019 End Date: 8/13/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with cobbles and boulders 9 - FILL 8 100/ 9 5 3�� 27 8.0 Brown CLAY 3.0 26 64 21 43 0.0 10 4.0 3.0 115 15 15 17.0 Light Brown CLAY 4.25 10 38 16 22 20 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 46 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/12/2019 End Date: 8/12/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � a� o Q o c� � " o u� rn� . . . � � 20 T L a� U� ��- � u�i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): 20 °� >C� � o � E °' v� mo � � � � � ~ Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with cobbles and boulders - FILL 4.5+ 11 10 100/ 10 5 2.5" 11 8.0 Brown CLAY 3.5 14 53 17 36 10 1.0 0.7 103 23 15 1.0 0.6 111 19 20 1 20.0 TEST BORING TERMINATED AT 20 FT sosBBYushcreekRa. gORING NO.: 47 � � � � � ��� � � � � � � � Fort Worth, Texas 76119 Sheet 1 of 1 � Phone.• 817-496-5600 Fax: s»-a9h-s6os PROJECT NO.: W191877 W H E R E I T A L L B E G I N S www.alphatesting.com Client: Forestar (USA) Real Estate Group, Inc. - Dallas Location: Fort Worth, Texas Project: River's Edge Phase 3A and 3B Surtace Elevation: Start Date: 8/12/2019 End Date: 8/12/2019 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 � GROUND WATER OBSERVATIONS � o �.� � E.-. � � � � � � NONE �' T �� a� U� �'�g �� u��i E � a o � �On Rods (ft): � �p o 3 Y � -as ��� �� c � � — _ w ZAfter Drllling (ft): DRY °� >C1 � o � E °' v� mo � � o � � Y Q � - � �� 0� ao �� dN On U '7 .in .V � o �After_ Hours (ft): � � V`� a� o-- o o" �' s `� �' � J � � �� �a a�� Z j � a a � MATERIAL DESCRIPTION Tan LIMESTONE with cobbles and boulders 4.5+ 14 - FILL 100/ 5 0.5" 100/ 10 5.5" 11.0 Brown CLAY 4.5+ 5.5 112 14 67 22 45 15 15.0 Light Brown GRAVELLY CLAY 4.5+ 9 37 17 20 20 20.0 TEST BORING TERMINATED AT 20 FT ALPHA/� � TESTING 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 K�i4 �o�('�,d (GM), SILTY GRAVEL ti1�4 � (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 I�I � TEXAS CONE PENETRATION �ROCK CORE (2" ID except where noted otherwise) KEY TO SOIL SYMBOLS AND CLASSIFICATIONS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) VERY LOOSE 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 RELATIVE PROPORTIONS TRACE LITTLE SOME AND 4 TO 15 16 TO 25 26 TO 35 OVER 35 1 TO 10 11 TO 20 21 TO 35 36 TO 50 PARTICLE SIZE IDENTIFICATION (DIAMETER) 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 0.07 mm T0 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm