Loading...
HomeMy WebLinkAboutContract 55815-PM1PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SANITARY SEWER, PAVING, AND STREET LIGHT IMPROVEMENTS TO SERVE 901 COMMERCE STREET IPRC19 -0156 City Project No. 101499 Water Project No. 56008 -0600430-101499-001580 Sewer Project No. 56008-0700430-101499-001380 File No. K-2753 X - 26477 Betsy Price David Cooke Mayor City Manager Christopher P. Harder, P.E. Water Director William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth 2021 Prepared by: Texas Registered Engineering Firm F-928 Kimley-Horn No. 061289703 6/17/2021 CSC No. 55815-PM1 00 00 10- 1 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 1 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised September 1, 2015 SECTION 00 00 10 1 TABLE OF CONTENTS 2 DEVELOPER AWARDED PROJECTS 3 4 5 Division 00 - General Conditions 6 00 11 13 Invitation to Bidders 7 00 21 13 Instructions to Bidders 8 00 41 00 Bid Form 9 00 42 43 Proposal Form Unit Price 10 00 43 13 Bid Bond 11 00 45 11 Bidders Prequalification’s 12 00 45 12 Prequalification Statement 13 00 45 13 Bidder Prequalification Application 14 00 45 26 Contractor Compliance with Workers' Compensation Law 15 00 45 40 Minority Business Enterprise Goal 16 ----------- AIA Short Form Agreement 17 00 61 25 Certificate of Insurance 18 00 62 13 Performance Bond 19 00 62 14 Payment Bond 20 00 62 19 Maintenance Bond 21 00 72 00 General Conditions 22 00 73 00 Supplementary Conditions 23 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded 24 Projects 25 26 Division 01 - General Requirements 27 01 11 00 Summary of Work 28 01 25 00 Substitution Procedures 29 01 31 19 Preconstruction Meeting 30 01 31 20 Project Meetings 31 01 32 16 Construction Progress Schedule 32 01 32 33 Preconstruction Video 33 01 33 00 Submittals 34 01 35 13 Special Project Procedures 35 01 45 23 Testing and Inspection Services 36 01 50 00 Temporary Facilities and Controls 37 01 55 26 Street Use Permit and Modifications to Traffic Control 38 01 57 13 Storm Water Pollution Prevention Plan 39 01 58 13 Temporary Project Signage 40 01 60 00 Product Requirements 41 01 66 00 Product Storage and Handling Requirements 42 01 70 00 Mobilization and Remobilization 43 01 71 23 Construction Staking (Modified) 44 01 71 23.16.01 Attachment A Survey Staking 45 01 74 23 Cleaning 46 01 77 19 Closeout Requirements 47 01 78 23 Operation and Maintenance Data 48 01 78 39 Project Record Documents 49 00 00 10- 2 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 2 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised September 1, 2015 Technical Specifications listed below are included for this Project by reference and can be 1 viewed/downloaded from the City’s Buzzsaw site at: 2 3 htps://projectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20-4 %20Construction%20Documents/Specifications 5 6 7 Division 02 - Existing Conditions 8 02 41 13 Selective Site Demolition 9 02 41 14 Utility Removal/Abandonment 10 02 41 15 Paving Removal 11 12 Division 03 - Concrete 13 03 30 00 Cast-In-Place Concrete 14 03 34 13 Controlled Low Strength Material (CLSM) 15 03 34 16 Concrete Base Material for Trench Repair 16 03 80 00 Modifications to Existing Concrete Structures 17 18 Division 26 - Electrical 19 26 05 00 Common Work Results for Electrical 20 26 05 10 Demolition for Electrical Systems 21 26 05 33 Raceway and Boxes for Electrical Systems 22 26 05 43 Underground Ducts and Raceways for Electrical Systems 23 24 Division 31 - Earthwork 25 31 10 00 Site Clearing 26 31 23 16 Unclassified Excavation 27 31 23 23 Borrow 28 31 24 00 Embankments 29 31 25 00 Erosion and Sediment Control 30 31 36 00 Gabions 31 31 37 00 Riprap 32 33 Division 32 - Exterior Improvements 34 32 01 17 Permanent Asphalt Paving Repair 35 32 01 18 Temporary Asphalt Paving Repair 36 32 01 29 Concrete Paving Repair 37 32 11 23 Flexible Base Courses 38 32 11 29 Lime Treated Base Courses 39 32 11 33 Cement Treated Base Courses 40 32 12 16 Asphalt Paving 41 32 12 73 Asphalt Paving Crack Sealants 42 32 13 13 Concrete Paving 43 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 44 32 13 73 Concrete Paving Joint Sealants 45 32 14 16 Brick Unit Paving 46 32 16 13 Concrete Curb and Gutters and Valley Gutters 47 32 17 23 Pavement Markings 48 32 31 13 Chain Link Fences and Gates 49 32 31 26 Wire Fences and Gates 50 00 00 10- 3 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 3 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised September 1, 2015 32 31 29 Wood Fences and Gates 1 32 32 13 Cast-in-Place Concrete Retaining Walls 2 32 91 19 Topsoil Placement and Finishing of Parkways 3 32 92 13 Hydro-Mulching, Seeding, and Sodding 4 32 93 43 Trees and Shrubs 5 6 Division 33 - Utilities 7 33 01 30 Sewer and Manhole Testing 8 33 01 31 Closed Circuit Television (CCTV) Inspection 9 33 03 10 Bypass Pumping of Existing Sewer Systems 10 33 04 10 Joint Bonding and Electrical Isolation 11 33 04 11 Corrosion Control Test Stations 12 33 04 12 Magnesium Anode Cathodic Protection System 13 33 04 30 Temporary Water Services 14 33 04 40 Cleaning and Acceptance Testing of Water Mains 15 33 05 10 Utility Trench Excavation, Embedment, and Backfill 16 33 05 12 Water Line Lowering 17 33 05 13 Frame, Cover and Grade Rings 18 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 19 33 05 16 Concrete Water Vaults 20 33 05 17 Concrete Collars 21 33 05 20 Auger Boring 22 33 05 21 Tunnel Liner Plate 23 33 05 22 Steel Casing Pipe 24 33 05 23 Hand Tunneling 25 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 26 33 05 26 Utility Markers/Locators 27 33 05 30 Exploratory Excavation for Existing Utilities 28 33 11 10 Ductile Iron Pipe 29 33 11 11 Ductile Iron Fittings 30 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 31 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 32 33 11 14 Buried Steel Pipe and Fittings 33 33 11 15 Pre-stressed Concrete Cylinder Pipe 34 33 12 10 Water Services 1-inch to 2-inch 35 33 12 11 Large Water Meters 36 33 12 20 Resilient Seated Gate Valve 37 33 12 21 AWWA Rubber-Seated Butterfly Valves 38 33 12 25 Connection to Existing Water Mains 39 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 40 33 12 40 Dry-Barrel Fire Hydrants 41 33 12 50 Water Sample Stations 42 33 12 60 Blow-off Valves 43 33 31 12 Cured in Place Pipe (CIPP) 44 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 45 33 31 15 HDPE Pipe For Sanitary Sewers (Gravity and Force Mains) 46 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 47 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 48 33 31 22 Sanitary Sewer Slip Lining 49 33 31 23 Sanitary Sewer Pipe Enlargement 50 00 00 10- 4 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 4 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised September 1, 2015 33 31 50 Sanitary Sewer Service Connections and Service Line 1 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 2 33 39 10 Cast-in-Place Concrete Manholes 3 33 39 20 Precast Concrete Manholes 4 33 39 30 Fiberglass Manholes 5 33 39 40 Wastewater Access Chamber (WAC) 6 33 39 60 Epoxy Liners for Sanitary Sewer Structures 7 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 8 33 41 11 HDPE Storm Sewer Pipe 9 33 46 00 Sub drainage 10 33 46 01 Slotted Storm Drains 11 33 46 02 Trench Drains 12 33 49 10 Cast-in-Place Manholes and Junction Boxes 13 33 49 20 Curb and Drop Inlets 14 33 49 40 Storm Drainage Headwalls and Wingwalls 15 16 Division 34 – Transportation 17 34 41 10 Traffic Signals 18 34 41 13 Removing Traffic Signals 19 34 41 20 Roadway Illumination Assemblies 20 34 41 30 Aluminum Signs 21 34 71 13 Traffic Control 22 23 24 Appendix 25 GC-4.01 Availability of Lands 26 GC-4.01A Signed and Sealed Geotech Report & Addendums 27 GC-4.02 Subsurface and Physical Conditions 28 GC-4.04 Underground Facilities 29 GC-4.06 Hazardous Environmental Condition at Site 30 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 31 GC-6.07 Wage Rates 32 GC-6.09 Permits and Utilities 33 GC-6.24 Nondiscrimination 34 GR-01 60 00 Product Requirements 35 36 END OF SECTION 37 DO 42 43 6AP � BI� PROPOSAL Page 7 of 5 SECTIQN 00 42 43 De�eloper Awarded Projecls - PCiOPQSAL FdRM UNIT PRICE B1D Bidder's Application i'rojeci ltem Irsformation I3idder's Proposai Bidlist pescrfption Specificati0n Section No. UniF oF ��d �)p�t Piice E[d Value item No. Measvre Quantity UNI7 E: WA7Ek21lIAPRpVEMEN7S � p171.01�t Gonstruction Staking 01 71 23 LS 1 $�,500.00 $1,500.00 2 0241.1512 Salvage 1" Water Meter 02 41 14 �A 1 $2,400.00 $2,400.00 3 320�.0122 5' Wide Asphalt Pvmt Repair, Arteria� 32 O1 17 tP 157 $150.00 $23,550.60 4 331'#.0001 pucti€e Iron Water Fittings w! Restraint 33 11 t't TON 025 $41,4pp.p0 $�0,350.60 5 3311.01R4 6" Water Pipe, CLSM Backflll 33 11 Y0, 33 1 t 12 LF 10 $290.00 $2,900.00 6 3311.0244 B" Water Pipe, CI.SM 6ackfill 33 11 i0, 33 11 �2 LF 49 $440.00 $21,560.00 7 3312.ODa2 Water Sampling Station 33 12 50 EA 4 $3,200.0� $12,8�0.00 8 3312.2803 8" Water Meter and Vault 33 12 11 ER 1 $27,800.00 $27,804.00 9 3312.3002 6" Gate Valve 33 i2 20 EA 1 51,400.00 $1,AD0.00 10 3312.3p03 8' Gate Valve 33 12 20 EA 2 $2,100.00 $4,20p.00 11 3312.3105 12" C�t-in Gate Valve 33 12 20 EA 2 $14,2Q0.00 $28,4fifl.00 12 3312.3106 1fi" CW-in Gate Valve w! Vauit 33 12 20 EA 1 $37,204.00 $37,200.00 13 3471.fY001 Trdffic Cantrol 34 71 13 MO 1 $2,20Q.00 $2,200.00 TdTAL UNIT I: WATER IMPROVEMENTS $176,2GO.p0 C17Y OF rORT WORTH STAN�AR� CONSTRIJCTION SPECIFICATION aOCUMENTS - DEVEiOPER RWAR�Ea PROlECTS Fotm Version May 22, 2619 0642 43_8id ProposaLxlsm D04243 �AP - BI� PROPOSAL Page2ol5 SECTION DO 42 43 De�eloper Awarded Projects - PROPOSAL FQF2M UNIT PRICE BID Bidder's Applicat�on Projec[ Rem information Hidder's Pmposal Bidlisi pescription Specification Setiion No. �n�� �f ��� Unit Price Sid Value lfetnlVo. Measure Qvan[ity UNIT II: SANITpRY S�WER lMPROVEMENT$ � 0171.0101 Construction Staking 01 71 23 LS 1 $1,100.00 $1,100.00 2 02412013 Ftemove $" Sawer Line 02 41 14 lF 74 $4p.00 $2,960.00 3 0241.2201 Remove 4' Sewer Manhole D2 41 14 EA 1 $2,500.00 $2,500.60 4 3201.0127 14' Wide Asphalt PvmS Repair, Arterial 32 01 17 LF 3B $280.00 $iQ080.40 5 3201.0202 Asphalt Pvmt Ftepair Beyond �efined Width, Arteria! 33 01 17 SY 139 $225.06 $31,275.00 6 3301.0002 Post-CCNinspection 330139 LF 79 $25.40 $1,975.00 7 3301.D101 Manhole Vacuum Tastir�g 33 01 30 EA 2 �220.06 $440.00 8 3305.0109 Trench Safety 33 OS ZO LF 79 $8.�6 $832.94 9 3305.0112 Concrete Collar 33 OS 17 EA 3 $456.00 $1,354.9CY 10 3305.Q113 TrenchWaterStops 3365�5 EA 2 $620.Q6 $1,2A0.00 11 3331.5747 8" Sewer Pipe, CLShfi Backfill 33 t 1 10, 33 31 12, 33 31 20 L� 5 $460.00 $2,300.00 12 333L5751 12" Sewer Pipe, CLSM Backfill 33 t1 10, 33 31 12, 33 31 20 LF 95 $510-00 $48,450.D0 '13 3339.0661 Epoxy Manhoie Liaer 33 38 60 VF 10 $220.00 $2,200.00 14 3339.1061 4' Manhale 33 39 10, 33 39 20 EA 1 512,000.00 $12,000.00 15 3339.9003 G' �xtra Depth Manhole 33 39 �Q 33 39 20 VF 4 $3Q0.00 51,206.00 16 3339.1101 5' Manhote 33 39 10, 33 39 20 �A 1 $17,400.00 $17,0.00.00 17 3339.1103 5' Extra I]epth Manhole 33 39 10, 33 39 20 VF 7 $310.00 $2,170.00 18 3471.0fl0'f 7raffic Control 3A 71 13 MO 1 $2,2ff0.00 $2,200-00 19 9999.00i0 12" 2-Way Cleanout 33 31 50 F,Ja 1 $1,500.00 $1,500.OD 7Q7AL UNI7 II: SAtJI7ARY SEWER IN[pRpV�MEiVT $142,972.00 c�ry aF FORT woRrr� STANOARO CONSiRUCiI�N SPECIFICATIbN DDCUMEf�F75 - F]EVELOPEfi AWARbE� PROJECTS Form Version �v[&y 22, 2019 OD 42 43_Bld Pmposalx4sm 60 42 43 �AP - BI� PROPOSAL Page 3 ot 5 SECiION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Pro}ect Itena ln(ormation 8idder c Proposa] T3idlis4 ➢gscripteon Specification Section Na. Unit of g�� Unit Price $id Value Item iVo. Measure Quantity UNtT III: PAVING IMPRqVEAAENTS 1 0171.0101 Constrc�ctinn Steking 01 71 23 LS 1 $5,255.08 $5,255.08 2 0241.0100 Remo�e Sidewalk 02 A1 13 SF 8,p97 $8.16 $66,071.52 3 0241.03D0 Remove AI7A Ramp 02 41 13 EA 3 $729.87 $2,189.fi1 A 024t0401 Remove Concreta �riv8 02 41 43 SF 277 $L22 $337.94 5 024�.11DD Remo�e Asphalt Pvmt 02 41 15 SY 17p $94.88 $16,129.80 6 0241.1300 Remo�e Conc Curb&G�tter 02 41 15 LF 200 $17.&7 $2,374.OD 7 0241.1507 3" Surlace Milling 02 41 15 SY 7,470 $15.50 $114,855,00 8 3125.pip1 SWPPP 21 acre 31 2500 LS 5 $6,7$7,66 58,787.66 9 3212.6303 3" Asphalt P�mf Type D 32 12 16 SY 7,41p $5.42 $A0,16220 10 3213.60.Q1 6" Concrete Ori�eway 32 13 20 SF 72 $11.54 $830.88 11 3213.4301 4" Conc Sidewalk 32 13 20 SF 4,174 $t6.76 $44,912.24 12 3213.0563 Barriar Free Ramp, Type M-9 32 13 20 EA 3 $1,BB8.52 $5,8fi5.5& 13 3216.0101 6" Canc Curh and Gutter 32 16 18 LF 234 $35.99 $8,421.66 14 3217.OQ01 4" SLD Pvmt M3rking HAS (W) 32 17 23 LF 10 $7.30 $73.64 15 3217.0301 12" SLf� Pvmt Marking HAE (W) 32 17 23 LF 60 S2'f.90 $1,314.00 16 32t7.0501 24" SLn Pvmt Marking HAE (W) 32 17 23 LF 30 $43.�9 $i,313.70 17 3AA1.A003 Furnishllnstall Alum S'Egn Ground Mount Gity Std- 34 41 30 EA 4 $948.83 $3,795.32 18 3441.4110 ftemove and Reinstall Sign Panel and Post 3a 41 30 EA 5 $437.95 $2,169.75 4S 3471.0001 Traffic Control 34 71 13 Mp 1 $5,24924 55,249.24 2(3 9998.0004 Sidewalk (Brick Pavers) p0 00 00 SF 2,831 $27.95 $79,126.45 21 9999.0006 Gonnect to Pub[ic Storm System OD 00 00 EA 3 $2,5Q0.00 $7,500.00 22 9999.0009 Parking Meier Steel Post (Meter installed by City} 09 00 60 EA 3 $365A5 $i,095.15 TpTAL UNI7 Ifl: PAVING IMPRpVEMENT $417 649.5fi CIYY OF FORT WORTH 5TAN�ARD CONSTRUCTION SPEGFICATIOf�t �OCUMENTS � OEVELOPER AWAR6ED PR6JECT5 Form Version Mev 22, 2019 00 42 43_Bitl PrapasaLzlsm pp 42 43 DAP - 61� PROPQSAL Page 4 0l5 5ECTION 00 42 43 �eveloper Awarded Projects - PROPQSAL FORM CITY OP FOR7 WOR?H STANDARD CQNSTRUCTION SPECIFICATION DOCUMEN75 - DEVELOPflR AWAROE� PROJECTS Parm Version �yoY zz�?q�g Ob 42 43_9id Proposaf.xfsm UNIT PRICE BlD Bidder's Application 60 42 43 pAP -Blp PROGOSAL Page 5 of 5 SECTION DO A2 43 De�eloper Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Total Consiruc[fun Bid '1'his Bid is submitted Ly thc entity natned below: �� BIAT7F.R: BY: � � SLC Cummercial Construction, LI,C � 399U Hipsbara Pike, Suite A00 � C-.-�---�— . � N�shville, "I"'� 3i2t5 TiTI,E: OATE: ��I _ � �� �5`-'��?I � ,��� ! �" E Contractor agrees tu compleie WORK fur FiN'AI. ACCEpTANCF' with[n ���> b0 ���;�n�orking da�°s after ihe d9te wF�ert the CONTRACT cummences to run as provided in the General Conditions. N;Nri OF' SECTION C}iY OF FORT WORTk STqN�ARD GONSi'RUC710N Sp�.C1FECAFiOM �OCUMBNTS - bEVELOPER AWARpEp PROJECTS Fo�tn Versian May 22, 2019 90 42 0.3_BId Proposal.x3sm Bid Summary UN1T 1: WAT�R IMPFZOV�MENTS $176,260.00 -- ----- -----,__�._�_._...__... UN171[: SANITARY SEWER kMPROVEMENTS $142,972.00 UNkTIiI:PAVINGIMPRdVEMENTS -- ---�--------- --__�_.__.. �..__--------------____ $417,649.56 UNIT IV: LIGHTIPlG fMPROV�MEN7S $138,668.41 __,,_.._. . .___ - _ _.__.. �.. TOTAl. UNIT V: LANDSCAPE IMPROVEMENTS _ _. _ � _ . .. _ ... _ ---- __ $71,613.36 Document A105™ – 2017 Standard Short Form of Agreement Between Owner and Contractor Init. / AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 1 ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. AGREEMENT made as of the 28th day of April in the year 2021 (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status, address and other information) 9th and Commerce Fort Worth, LLC c/o Southern Land Company 3990 Hillsboro Pike, Ste. 400 Nashville, TN 37215 Attn: Legal Department Email: legal.notices@southernland.com and the Contractor: (Name, legal status, address and other information) SLC Commercial Construction, LLC c/o Southern Land Company 3990 Hillsboro Pike, Ste. 400 Nashville, TN 37215 Attn: Legal Department Email: legal.notices@southernland.com for the following Project: (Name, location and detailed description) Offsite improvement work in downtown Fort Worth, Texas The Architect: (Name, legal status, address and other information) GDA Architects, LLC Victory Plaza - West 3090 Olive Street, Suite 500 Dallas, Texas 75219 The Owner and Contractor agree as follows. Init. / AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 2 TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3 CONTRACT SUM 4 PAYMENTS 5 INSURANCE 6 GENERAL PROVISIONS 7 OWNER 8 CONTRACTOR 9 ARCHITECT 10 CHANGES IN THE WORK 11 TIME 12 PAYMENTS AND COMPLETION 13 PROTECTION OF PERSONS AND PROPERTY 14 CORRECTION OF WORK 15 MISCELLANEOUS PROVISIONS 16 TERMINATION OF THE CONTRACT 17 OTHER TERMS AND CONDITIONS ARTICLE 1 THE CONTRACT DOCUMENTS The Contractor shall complete the Work described in the Contract Documents for the Project. The Contract Documents consist of .1 this Agreement signed by the Owner and Contractor; .2 the drawings and specifications prepared by Kimley Horn ("Civil Engineer") and enumerated as follows: Drawings: City Project Number Title Date 101499 The City of Fort Worth, Texas Plans for the Construction of Public Water, Sanitary Sewer, Paving, and Street Light Improvements to serve 901 Commerce Street March 2021 Specifications: City Project Number Title Date 101499 Project Manual for the 2021 Init. / AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 3 Construction of Water, Sanitary Sewer, Paving, and Street Light Improvements to serve 901 Commerce Street .3 addenda prepared by the Architect as follows: Number Date Pages .4 written orders for changes in the Work, pursuant to Article 10, issued after execution of this Agreement; and .5 other documents, if any, identified as follows: Exhibit A – Developer Awarded Project – Bid Proposal Exhibit A-1 – Developer Awarded Project – Bid Proposal (with soft costs) Exhibit B – Certificate of Insurance ARTICLE 2 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION § 2.1 The Contract Time is the number of working days available to the Contractor to substantially complete the Work. § 2.2 Date of Commencement: Unless otherwise set forth below, the date of commencement shall be the date of this Agreement. (Insert the date of commencement if other than the date of this Agreement.) The date on which Owner sends a written "notice to proceed" to Contractor § 2.3 Substantial Completion: Subject to adjustments of the Contract Time as provided in the Contract Documents, the Contractor shall achieve Substantial Completion, as defined in Section 12.5, of the entire Work: (Check the appropriate box and complete the necessary information.) [ X ]Not later than 60 working days from the date of commencement. [ ]By the following date: ARTICLE 3 CONTRACT SUM § 3.1 The Contract Sum shall include all items and services necessary for the proper execution and completion of the Work. Subject to additions and deductions in accordance with Article 10, the Contract Sum is: $1,418,870.00 (per Exhibit A-1) § 3.2 For purposes of payment, the Contract Sum includes the following values related to portions of the Work: (Itemize the Contract Sum among the major portions of the Work.) Portion of the Work Value Public Infrastructure $947,163.33 (per Exhibit A) § 3.3 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and hereby accepted by the Owner: (Identify the accepted alternates. If the bidding or proposal documents permit the Owner to accept other alternates subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires.) Init. / AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 4 Owner shall pay Contractor within 30 days of Owner’s approval of a submitted invoice. Owner shall withhold 10% retainage from all subcontractors. Owner shall release each subcontractor’s retainage within 90 days following such subcontractor’s completion of its applicable portion of the Work. § 3.4 Allowances, if any, included in the Contract Sum are as follows: (Identify each allowance.) Item Price § 3.5 Unit prices, if any, are as follows: (Identify the item and state the unit price and quantity limitations, if any, to which the unit price will be applicable.) Item Units and Limitations Price per Unit ($0.00) ARTICLE 4 PAYMENTS § 4.1 Based on Contractor’s Applications for Payment certified by the Architect, the Owner shall pay the Contractor, in accordance with Article 12, as follows: (Insert below timing for payments and provisions for withholding retainage, if any.) (Paragraphs deleted) ARTICLE 5 INSURANCE § 5.1 The Contractor shall maintain the types and limits of insurance described on the Certificate of Insurance attached hereto as Exhibit B. (Paragraphs deleted) § 5.1.6 The Owner shall provide builder’s risk insurance to cover the total value of the entire Project on a replacement cost basis. § 5.1.7 Other Insurance Provided by the Contractor (List below any other insurance coverage to be provided by the Contractor and any applicable limits.) The Contractor shall provide the City of Fort Worth, Texas ("City") with insurance equal to or in excess of the amounts required by the City’s Project Manual for the Construction of Water, Sanitary Sewer, Paving, and Street Light Improvements to serve 901 Commerce Street. The City must be named as an additional insured on all insurance policies. § 5.2 The Owner shall be responsible for purchasing and maintaining the Owner’s usual liability insurance and shall provide property insurance to cover the value of the Owner’s property. The Contractor is entitled to receive an increase in the Contract Sum equal to the insurance proceeds related to a loss for damage to the Work covered by the Owner’s property insurance. § 5.3 The Contractor shall obtain an endorsement to its Commercial General Liability insurance policy to provide coverage for the Contractor’s obligations under Section 8.12. § 5.4 Prior to commencement of the Work, each party shall provide certificates of insurance showing their respective coverages. § 5.5 Unless specifically precluded by the Owner’s property insurance policy, the Owner and Contractor waive all rights against (1) each other and any of their subcontractors, suppliers, agents, and employees, each of the other; and (2) the Architect, Architect’s consultants, and any of their agents and employees, for damages caused by fire or other Init. / AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 5 causes of loss to the extent those losses are covered by property insurance or other insurance applicable to the Project, except such rights as they have to the proceeds of such insurance. ARTICLE 6 GENERAL PROVISIONS § 6.1 The Contract The Contract represents the entire and integrated agreement between the parties and supersedes prior negotiations, representations or agreements, either written or oral. The Contract may be amended or modified only by a written modification in accordance with Article 10. § 6.2 The Work The term "Work" means the construction and services required by the Contract Documents, and includes all other labor, materials, equipment, and services provided, or to be provided, by the Contractor to fulfill the Contractor’s obligations. § 6.3 Intent The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work by the Contractor. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all. § 6.4 Ownership and Use of Architect’s Drawings, Specifications and Other Documents Documents prepared by the Architect are instruments of the Architect’s service for use solely with respect to this Project. The Architect shall retain all common law, statutory, and other reserved rights, including the copyright. The Contractor, subcontractors, sub-subcontractors, and suppliers are authorized to use and reproduce the instruments of service solely and exclusively for execution of the Work. The instruments of service may not be used for other Projects or for additions to this Project outside the scope of the Work without the specific written consent of the Architect. § 6.5 Electronic Notice Written notice under this Agreement may be given by one party to the other by email as set forth below. (Insert requirements for delivering written notice by email such as name, title, and email address of the recipient, and whether and how the system will be required to generate a read receipt for the transmission.) To Owner: Kevan.McKinney@southernland.com To Contractor: Erik.Krupp@southernland.com ARTICLE 7 OWNER § 7.1 Information and Services Required of the Owner § 7.1.1 If requested by the Contractor, the Owner shall furnish all necessary surveys and a legal description of the site. § 7.1.2 Except for permits and fees under Section 8.7.1 that are the responsibility of the Contractor, the Owner shall obtain and pay for other necessary approvals, easements, assessments, and charges. § 7.1.3 Prior to commencement of the Work, at the written request of the Contractor, the Owner shall furnish to the Contractor reasonable evidence that the Owner has made financial arrangements to fulfill the Owner’s obligations under the Contract. The Contractor shall have no obligation to commence the Work until the Owner provides such evidence. § 7.2 Owner’s Right to Stop the Work If the Contractor fails to correct Work which is not in accordance with the Contract Documents, the Owner may direct the Contractor in writing to stop the Work until the correction is made. § 7.3 Owner’s Right to Carry Out the Work If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven day period after receipt of written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may, without prejudice to other remedies, correct such deficiencies. In such case, the Architect may withhold or nullify a Certificate for Payment in whole or in part, to the extent reasonably necessary to reimburse the Owner for the cost of correction, provided the actions of the Owner and amounts charged to the Contractor were approved by the Architect. Init. / AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 6 § 7.4 Owner’s Right to Perform Construction and to Award Separate Contracts § 7.4.1 The Owner reserves the right to perform construction or operations related to the Project with the Owner’s own forces, and to award separate contracts in connection with other portions of the Project. § 7.4.2 The Contractor shall coordinate and cooperate with the Owner’s own forces and separate contractors employed by the Owner. ARTICLE 8 CONTRACTOR § 8.1 Review of Contract Documents and Field Conditions by Contractor § 8.1.1 Execution of the Contract by the Contractor is a representation that the Contractor has visited the site, become familiar with local conditions under which the Work is to be performed, and correlated personal observations with requirements of the Contract Documents. § 8.1.2 The Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by the Owner. Before commencing activities, the Contractor shall (1) take field measurements and verify field conditions; (2) carefully compare this and other information known to the Contractor with the Contract Documents; and (3) promptly report errors, inconsistencies, or omissions discovered to the Architect. § 8.2 Contractor’s Construction Schedule The Contractor, promptly after being awarded the Contract, shall prepare and submit for the Owner’s and Architect’s information a Contractor’s construction schedule for the Work. § 8.3 Supervision and Construction Procedures § 8.3.1 The Contractor shall supervise and direct the Work using the Contractor’s best skill and attention. The Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences, and procedures, and for coordinating all portions of the Work. § 8.3.2 The Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner, through the Architect, the names of subcontractors or suppliers for each portion of the Work. The Contractor shall not contract with any subcontractor or supplier to whom the Owner or Architect have made a timely and reasonable objection. § 8.4 Labor and Materials § 8.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, utilities, transportation, and other facilities and services necessary for proper execution and completion of the Work. § 8.4.2 The Contractor shall enforce strict discipline and good order among the Contractor’s employees and other persons carrying out the Contract Work. The Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. § 8.5 Warranty The Contractor warrants to the Owner and Architect that: (1) materials and equipment furnished under the Contract will be new and of good quality unless otherwise required or permitted by the Contract Documents; (2) the Work will be free from defects not inherent in the quality required or permitted; and (3) the Work will conform to the requirements of the Contract Documents. Any material or equipment warranties required by the Contract Documents shall be issued in the name of the Owner, or shall be transferable to the Owner, and shall commence in accordance with Section 12.5. § 8.6 Taxes The Contractor shall pay sales, consumer, use, and similar taxes that are legally required when the Contract is executed. § 8.7 Permits, Fees and Notices § 8.7.1 The Contractor shall obtain the building permit and other permits and governmental fees, licenses, and inspections necessary for proper execution and completion of the Work and the Owner shall pay for the same. Init. / AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 7 § 8.7.2 The Contractor shall comply with and give notices required by agencies having jurisdiction over the Work. If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full responsibility for such Work and shall bear the attributable costs. The Contractor shall promptly notify the Architect in writing of any known inconsistencies in the Contract Documents with such governmental laws, rules, and regulations. § 8.7.3 The Contractor shall not begin to construct the Work until a notice to proceed to construction is issued by the City of Fort Worth, Texas ("City"). The Contractor shall give forty-eight (48) hours’ advance notice of the Contractor’s intent to commence construction of the Work to the City’s Construction Services Division so that City inspection personnel will be available. The Contractor shall allow construction of the Work to be subject to inspection at any and all times by the City’s inspectors. The Contractor shall not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed. The Contractor shall allow all laboratory tests of the Work as may be required by the City. The Contractor shall not connect buildings to service lines of sewer and water mains until said sewer, water mains and service lines have been completed to the satisfaction of the City. § 8.8 Submittals The Contractor shall promptly review, approve in writing, and submit to the Architect shop drawings, product data, samples, and similar submittals required by the Contract Documents. Shop drawings, product data, samples, and similar submittals are not Contract Documents. § 8.9 Use of Site The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits, the Contract Documents, and the Owner. § 8.10 Cutting and Patching The Contractor shall be responsible for cutting, fitting, or patching required to complete the Work or to make its parts fit together properly. § 8.11 Cleaning Up The Contractor shall keep the premises and surrounding area free from accumulation of debris and trash related to the Work. At the completion of the Work, the Contractor shall remove its tools, construction equipment, machinery, and surplus material; and shall properly dispose of waste materials. § 8.12 Indemnification (Paragraphs deleted) § 8.12.1 To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner, Architect, Architect’s consultants, and agents and employees of any of them, from and against claims, damages, losses and expenses, including but not limited to attorneys’ fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss, or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), but only to the extent caused by the negligent acts or omissions of the Contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. § 8.12.2 The Contractor shall indemnify, defend and hold harmless the City of Fort Worth, Texas, its officers, agents and employees ("City") from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the Work contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City, its officers, servants, or employees. The Contractor shall indemnify, defend, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of the Contractor’s failure to complete the Work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the City’s Community Facilities Agreements Ordinance, and in accordance with all plans and specifications. Init. / AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 8 ARTICLE 9 CIVIL ENGINEER § 9.1 The Civil Engineer will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. § 9.2 The Civil Engineer will visit the site at intervals appropriate to the stage of construction to become generally familiar with the progress and quality of the Work. § 9.3 The Civil Engineer will not have control over or charge of, and will not be responsible for, construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work, since these are solely the Contractor’s responsibility. The Civil Engineer will not be responsible for the Contractor’s failure to carry out the Work in accordance with the Contract Documents. (Paragraph deleted) § 9.5 The Civil Engineer has authority to reject Work that does not conform to the Contract Documents. § 9.6 The Civil Engineer will promptly review and approve or take appropriate action upon Contractor’s submittals, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. § 9.7 On written request from either the Owner or Contractor, the Civil Engineer will promptly interpret and decide matters concerning performance under, and requirements of, the Contract Documents. § 9.8 Interpretations and decisions of the Civil Engineer will be consistent with the intent of, and reasonably inferable from the Contract Documents, and will be in writing or in the form of drawings. When making such interpretations and decisions, the Civil Engineer will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or decisions rendered in good faith. § 9.9 The Civil Engineer’s duties, responsibilities, and limits of authority as described in the Contract Documents shall not be changed without written consent of the Owner, Contractor, and Civil Engineer. Consent shall not be unreasonably withheld. ARTICLE 10 CHANGES IN THE WORK § 10.1 The Owner, without invalidating the Contract, may order changes in the Work within the general scope of the Contract, consisting of additions, deletions or other revisions, and the Contract Sum and Contract Time shall be adjusted accordingly, in writing. If the Owner and Contractor cannot agree to a change in the Contract Sum, the Owner shall pay the Contractor its actual cost plus reasonable overhead and profit. § 10.2 The Architect may authorize or order minor changes in the Work that are consistent with the intent of the Contract Documents and do not involve an adjustment in the Contract Sum or an extension of the Contract Time. Such authorization or order shall be in writing and shall be binding on the Owner and Contractor. The Contractor shall proceed with such minor changes promptly. § 10.3 If concealed or unknown physical conditions are encountered at the site that differ materially from those indicated in the Contract Documents or from those conditions ordinarily found to exist, the Contract Sum and Contract Time shall be subject to equitable adjustment. ARTICLE 11 TIME § 11.1 Time limits stated in the Contract Documents are of the essence of the Contract. § 11.2 If the Contractor is delayed at any time in progress of the Work by changes ordered in the Work, or by labor disputes, fire, unusual delay in deliveries, unavoidable casualties, or other causes beyond the Contractor’s control, the Contract Time shall be subject to equitable adjustment. § 11.3 Costs caused by delays or by improperly timed activities or defective construction shall be borne by the responsible party. Init. / AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 9 ARTICLE 12 PAYMENTS AND COMPLETION § 12.1 Contract Sum The Contract Sum stated in this Agreement, including authorized adjustments, is the total amount payable by the Owner to the Contractor for performance of the Work under the Contract Documents. § 12.2 Applications for Payment § 12.2.1 At least ten days before the date established for each progress payment, the Contractor shall submit to the Architect an itemized Application for Payment for Work completed in accordance with the values stated in this Agreement. The Application shall be supported by data substantiating the Contractor’s right to payment as the Owner or Architect may reasonably require, such as evidence of payments made to, and waivers of liens from, subcontractors and suppliers. Payments shall be made on account of materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work. If approved in advance by the Owner, payment may similarly be made for materials and equipment stored, and protected from damage, off the site at a location agreed upon in writing. § 12.2.2 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Owner no later than the time of payment. The Contractor further warrants that upon submittal of an Application for Payment, all Work for which Certificates for Payment have been previously issued and payments received from the Owner shall, to the best of the Contractor’s knowledge, information, and belief, be free and clear of liens, claims, security interests, or other encumbrances adverse to the Owner’s interests. § 12.3 Certificates for Payment The Architect will, within seven days after receipt of the Contractor’s Application for Payment, either (1) issue to the Owner a Certificate for Payment in the full amount of the Application for Payment, with a copy to the Contractor; (2) issue to the Owner a Certificate for Payment for such amount as the Architect determines is properly due, and notify the Contractor and Owner in writing of the Architect’s reasons for withholding certification in part; or (3) withhold certification of the entire Application for Payment, and notify the Contractor and Owner of the Architect’s reason for withholding certification in whole. If certification or notification is not made within such seven day period, the Contractor may, upon seven additional days’ written notice to the Owner and Architect, stop the Work until payment of the amount owing has been received. The Contract Time and the Contract Sum shall be equitably adjusted due to the delay. § 12.4 Progress Payments § 12.4.1 After the Architect has issued a Certificate for Payment, the Owner shall make payment in the manner provided in the Contract Documents. § 12.4.2 The Contractor shall promptly pay each subcontractor and supplier, upon receipt of payment from the Owner, an amount determined in accordance with the terms of the applicable subcontracts and purchase orders. § 12.4.3 Neither the Owner nor the Architect shall have responsibility for payments to a subcontractor or supplier. § 12.4.4 A Certificate for Payment, a progress payment, or partial or entire use or occupancy of the Project by the Owner shall not constitute acceptance of Work not in accordance with the requirements of the Contract Documents. § 12.5 Substantial Completion § 12.5.1 Substantial Completion is the stage in the progress of the Work when the Work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so the Owner can occupy or utilize the Work for its intended use. § 12.5.2 When the Contractor believes that the Work or designated portion thereof is substantially complete, it will notify the Architect and the Architect will make an inspection to determine whether the Work is substantially complete. When the Architect determines that the Work is substantially complete, the Architect shall prepare a Certificate of Substantial Completion that shall establish the date of Substantial Completion, establish the responsibilities of the Owner and Contractor, and fix the time within which the Contractor shall finish all items on the list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. Init. / AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 10 § 12.6 Final Completion and Final Payment § 12.6.1 Upon receipt of a final Application for Payment, the Architect will inspect the Work. When the Architect finds the Work acceptable and the Contract fully performed, the Architect will promptly issue a final Certificate for Payment. § 12.6.2 Final payment shall not become due until the Contractor submits to the Architect releases and waivers of liens, and data establishing payment or satisfaction of obligations, such as receipts, claims, security interests, or encumbrances arising out of the Contract. § 12.6.3 Acceptance of final payment by the Contractor, a subcontractor or supplier shall constitute a waiver of claims by that payee except those previously made in writing and identified by that payee as unsettled at the time of final Application for Payment. ARTICLE 13 PROTECTION OF PERSONS AND PROPERTY The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs, including all those required by law in connection with performance of the Contract. The Contractor shall take reasonable precautions to prevent damage, injury, or loss to employees on the Work and other persons who may be affected thereby, the Work and materials and equipment to be incorporated therein, and other property at the site or adjacent thereto. The Contractor shall promptly remedy damage and loss to property caused in whole or in part by the Contractor, or by anyone for whose acts the Contractor may be liable. ARTICLE 14 CORRECTION OF WORK § 14.1 The Contractor shall promptly correct Work rejected by the Architect as failing to conform to the requirements of the Contract Documents. The Contractor shall bear the cost of correcting such rejected Work, including the costs of uncovering, replacement, and additional testing. § 14.2 In addition to the Contractor’s other obligations including warranties under the Contract, the Contractor shall, for a period of one year after Substantial Completion, correct work not conforming to the requirements of the Contract Documents. § 14.3 If the Contractor fails to correct nonconforming Work within a reasonable time, the Owner may correct it in accordance with Section 7.3. ARTICLE 15 MISCELLANEOUS PROVISIONS § 15.1 Assignment of Contract Neither party to the Contract shall assign the Contract as a whole without written consent of the other. § 15.2 Tests and Inspections § 15.2.1 At the appropriate times, the Contractor shall arrange and bear cost of tests, inspections, and approvals of portions of the Work required by the Contract Documents or by laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities. § 15.2.2 If the Architect requires additional testing, the Contractor shall perform those tests. § 15.2.3 The Owner shall bear cost of tests, inspections, or approvals that do not become requirements until after the Contract is executed. The Owner shall directly arrange and pay for tests, inspections, or approvals where building codes or applicable laws or regulations so require. § 15.2.4 The Contractor agrees that the City of Fort Worth, Texas ("City") shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor, involving transactions to this Agreement, and further, that City shall have access during normal working hours to all of the Contractor’s facilities, and the City shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give the Contractor reasonable advance notice of intended audits. § 15.3 Governing Law The Contract shall be goven�ed by the law of the place where the Project is located, excluding that jurisdiction's choice of law rules. AR71Cl.� 16 TERMINATION OF THE CONTRACT § 1fi.1 Termination by tf�e Contracfor If the Work is stopped under Section 12.3 for a periad of 14 days through no fault of the Contractor, the Contractor may, upon seven additional days' written notice to the Owner and Architect, terminate the Contract and recovcr from the Owner payment for Work executed including reasonable averl�ead and profit, and costs incurred by reason of such Cermination. 16.2 Termination by the Owner for Cause 46.2.9 The Owner may tenninate the Contract if the Contractor .1 repeatedly refuses or fails to supply enough properly skilled workers or proper materials; .2 fails to make payment to subcontractors for materials or labor in accordance with the respective agreernents between thc Contractor and the subcontractors; .3 repeatedly disregards applicable laws, statutes, ordinances, codes, rules and reguiations, or latvful orders of a public authority; or .4 is oiherwise guilty of substantial breaclti of a provision of the Contract Documents. § 1fi.2.2 When any af the above reasons exist, the Owner, after consultation with the Architect, may without prejudice to any other rights or remedies of the D�vner and after giving the Contractor and the Contractor's surety, if any, seven days' written notice, terminate employment oi the Contractor and may .1 rake possession of the sitc and of all materials thcreon owned by tl�e Contractor, and .2 finish the Work by whatever reasonable method thc Owner cnay deem expedient. § 46.2.3 When the Owner terniinates the Contract for o�ie of The reasons stated in Section 16.2. E, the Contractor shall not be enritled to receive further payrnent until the Work is finished. § 16.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Wor[c, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. This obligation for payment shall survive termination of the Contract. § 1fi.3 Termination by khe Owner for Convenience The Owner may, at any time, terminate the Contract for the Owner's conveniencc and without cause. The Contractor shall be entitled to recei�e payment for WorEc executed, and costs incurred by reason of such termination, along with reasonable overhead and proft on the Work not cxecuted. ARTICLE 17 OTHER TERMS AND CONDITIONS (lnsert ayry other ter-ms or co�rditrons belox�.) This Agreement entered into as of the day and year �rst written above. (If reqtrired by law, irrsert cancellatron �eriod, disclostrl•es or ot{�er ia�arj7ing statemer�ts above the signatures.) r OWNER (Signattsr�e} (Pri�rted ��u�ne af�d title } Bs-i�n Seweil Pnae�tient � � CONT CTO rgnatu�e)' �� � � (Priltted �aante atrcl title J i}/f �� � LICENSE NO.: ��1 �! JURISDICTION: init. AIA Document A705" — 2017. Copyright �O 1993, 20a7 and 2017 by The American Insiituie of Architects. All rights reserved. The "American Institute of Architects," AIA " �he AIA Logo, and `AIA Contrad Docume�ts" are ragistered t;aciemarks and may not be used without oermission. Thls document was produced by AIA .� .� software at 142628 CT on fl6f0312021 under Order No.4663662323 which expires on 0 511 012 0 2 2, is noi for resale, is licensed far one-time use anly, and may only � be used in accordance with the AIA Contract �ocuments6i' Terms of Service. To report copyrfght violations, e-mail copyrigM@aia.org. User Notes: (81 � 159410j Additions and Deletions Report for AIA® Document A105™ – 2017 This Additions and Deletions Report, as defined on page 1 of the associated document, reproduces below all text the author has added to the standard form AIA document in order to complete it, as well as any text the author may have added to or deleted from the original AIA text. Added text is shown underlined. Deleted text is indicated with a horizontal line through the original AIA text. Note: This Additions and Deletions Report is provided for information purposes only and is not incorporated into or constitute any part of the associated AIA document. This Additions and Deletions Report and its associated document were generated simultaneously by AIA software at 14:26:28 CT on 06/03/2021. Additions and Deletions Report for AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 1 PAGE 1 AGREEMENT made as of the 28th day of April in the year 2021 … 9th and Commerce Fort Worth, LLC c/o Southern Land Company 3990 Hillsboro Pike, Ste. 400 Nashville, TN 37215 Attn: Legal Department Email: legal.notices@southernland.com … SLC Commercial Construction, LLC c/o Southern Land Company 3990 Hillsboro Pike, Ste. 400 Nashville, TN 37215 Attn: Legal Department Email: legal.notices@southernland.com … Offsite improvement work in downtown Fort Worth, Texas … GDA Architects, LLC Victory Plaza - West 3090 Olive Street, Suite 500 Dallas, Texas 75219 PAGE 2 .2 the drawings and specifications prepared by the Architect, dated , Kimley Horn ("Civil Engineer") and enumerated as follows: … City Project Number Title Date 101499 The City of Fort Worth, Texas Plans for the Construction of Public Water, Sanitary Sewer, Paving, and Street Light March 2021 Additions and Deletions Report for AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 2 Improvements to serve 901 Commerce Street … SectionCity Project Number Title PagesDate 101499 Project Manual for the Construction of Water, Sanitary Sewer, Paving, and Street Light Improvements to serve 901 Commerce Street 2021 PAGE 3 Exhibit A – Developer Awarded Project – Bid Proposal Exhibit A-1 – Developer Awarded Project – Bid Proposal (with soft costs) Exhibit B – Certificate of Insurance … § 2.1 The Contract Time is the number of calendar working days available to the Contractor to substantially complete the Work. … The date on which Owner sends a written "notice to proceed" to Contractor … [ X ]Not later than ( ) calendar 60 working days from the date of commencement. … ($ )$1,418,870.00 (per Exhibit A-1) … Public Infrastructure $947,163.33 (per Exhibit A) PAGE 4 Owner shall pay Contractor within 30 days of Owner’s approval of a submitted invoice. Owner shall withhold 10% retainage from all subcontractors. Owner shall release each subcontractor’s retainage within 90 days following such subcontractor’s completion of its applicable portion of the Work. … § 4.2 Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the rate below, or in the absence thereof, at the legal rate prevailing at the place of the Project. (Insert rate of interest agreed upon, if any.) % § 5.1 The Contractor shall maintain the following types and limits of insurance until the expiration of the period for correction of Work as set forth in Section 14.2, subject to the terms and conditions set forth in this Section 5.1:types and limits of insurance described on the Certificate of Insurance attached hereto as Exhibit B. Additions and Deletions Report for AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 3 § 5.1.1 Commercial General Liability insurance for the Project, written on an occurrence form, with policy limits of not less than ($ ) each occurrence, ($ ) general aggregate, and ($ ) aggregate for products-completed operations hazard. § 5.1.2 Automobile Liability covering vehicles owned, and non-owned vehicles used, by the Contractor, with policy limits of not less than ($ ) per accident, for bodily injury, death of any person, and property damage arising out of the ownership, maintenance, and use of those motor vehicles along with any other statutorily required automobile coverage. § 5.1.3 The Contractor may achieve the required limits and coverage for Commercial General Liability and Automobile Liability through a combination of primary and excess or umbrella liability insurance, provided that such primary and excess or umbrella insurance policies result in the same or greater coverage as those required under Section 5.1.1 and 5.1.2, and in no event shall any excess or umbrella liability insurance provide narrower coverage than the primary policy. The excess policy shall not require exhaustion of the underlying limits only through the actual payment by the underlying insurers. § 5.1.4 Workers’ Compensation at statutory limits. § 5.1.5 Employers’ Liability with policy limits not less than ($ ) each accident, ($ ) each employee, and ($ ) policy limit. § 5.1.6 The Contractor Owner shall provide builder’s risk insurance to cover the total value of the entire Project on a replacement cost basis. … The Contractor shall provide the City of Fort Worth, Texas ("City") with insurance equal to or in excess of the amounts required by the City’s Project Manual for the Construction of Water, Sanitary Sewer, Paving, and Street Light Improvements to serve 901 Commerce Street. The City must be named as an additional insured on all insurance policies. Coverage Limits PAGE 5 To Owner: Kevan.McKinney@southernland.com To Contractor: Erik.Krupp@southernland.com PAGE 6 § 8.7.1 The Contractor shall obtain and pay for the building permit and other permits and governmental fees, licenses, and inspections necessary for proper execution and completion of the Work.Work and the Owner shall pay for the same. PAGE 7 § 8.7.3 The Contractor shall not begin to construct the Work until a notice to proceed to construction is issued by the City of Fort Worth, Texas ("City"). The Contractor shall give forty-eight (48) hours’ advance notice of the Contractor’s intent to commence construction of the Work to the City’s Construction Services Division so that City inspection personnel will be available. The Contractor shall allow construction of the Work to be subject to inspection at any and all times by the City’s inspectors. The Contractor shall not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed. The Contractor shall allow all laboratory tests of the Work as may be required by the City. The Contractor shall not connect buildings to service lines of sewer and water mains until said sewer, water mains and service lines have been completed to the satisfaction of the City. … To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner, Architect, Architect’s consultants, and agents and employees of any of them, from and against claims, damages, losses and Additions and Deletions Report for AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 4 expenses, including but not limited to attorneys’ fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss, or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), but only to the extent caused by the negligent acts or omissions of the Contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. ARTICLE 9 ARCHITECT § 8.12.1 To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Owner, Architect, Architect’s consultants, and agents and employees of any of them, from and against claims, damages, losses and expenses, including but not limited to attorneys’ fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss, or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), but only to the extent caused by the negligent acts or omissions of the Contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. § 8.12.2 The Contractor shall indemnify, defend and hold harmless the City of Fort Worth, Texas, its officers, agents and employees ("City") from and against any and all claims, suits or causes of action of any nature whatsoever, whether real or asserted, brought for or on account of any injuries or damages to persons or property, including death, resulting from, or in any way connected with, the construction of the Work contemplated herein, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City, its officers, servants, or employees. The Contractor shall indemnify, defend, and hold harmless the City for any losses, damages, costs or expenses suffered by the City or caused as a result of the Contractor’s failure to complete the Work and construct the improvements in a good and workmanlike manner, free from defects, in conformance with the City’s Community Facilities Agreements Ordinance, and in accordance with all plans and specifications. ARTICLE 9 CIVIL ENGINEER § 9.1 The Architect will provide administration of the Contract as described in the Contract Documents. The Architect Civil Engineer will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. § 9.2 The Architect Civil Engineer will visit the site at intervals appropriate to the stage of construction to become generally familiar with the progress and quality of the Work. § 9.3 The Architect Civil Engineer will not have control over or charge of, and will not be responsible for, construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work, since these are solely the Contractor’s responsibility. The Architect Civil Engineer will not be responsible for the Contractor’s failure to carry out the Work in accordance with the Contract Documents. § 9.4 Based on the Architect’s observations and evaluations of the Contractor’s Applications for Payment, the Architect will review and certify the amounts due the Contractor. § 9.5 The Architect Civil Engineer has authority to reject Work that does not conform to the Contract Documents. § 9.6 The Architect Civil Engineer will promptly review and approve or take appropriate action upon Contractor’s submittals, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. § 9.7 On written request from either the Owner or Contractor, the Architect Civil Engineer will promptly interpret and decide matters concerning performance under, and requirements of, the Contract Documents. § 9.8 Interpretations and decisions of the Architect Civil Engineer will be consistent with the intent of, and reasonably inferable from the Contract Documents, and will be in writing or in the form of drawings. When making such interpretations and decisions, the Architect Civil Engineer will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or decisions rendered in good faith. Additions and Deletions Report for AIA Document A105™ – 2017. Copyright © 1993, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 5 § 9.9 The Architect’s Civil Engineer’s duties, responsibilities, and limits of authority as described in the Contract Documents shall not be changed without written consent of the Owner, Contractor, and Architect. Civil Engineer. Consent shall not be unreasonably withheld. PAGE 10 § 15.2.4 The Contractor agrees that the City of Fort Worth, Texas ("City") shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor, involving transactions to this Agreement, and further, that City shall have access during normal working hours to all of the Contractor’s facilities, and the City shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give the Contractor reasonable advance notice of intended audits. ™ – 2003.AIA Document D401 Copyright © 1992 and 2003 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:26:28 CT on 06/03/2021 under Order No.4663662323 which expires on 05/10/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (811159410) 1 ’Certification of Document s Authenticity AIA®™ – 2003 Document D401 I, , hereby certify, to the best of my knowledge, information and belief, that I created the attached final document simultaneously with its associated Additions and Deletions Report and this certification at 14:26:28 CT on 06/03/2021 under Order No. 4663662323 from AIA Contract Documents software and that in preparing the attached final document I made no changes to the original text of AIA® Document A105™ – 2017, Standard Short Form of Agreement Between Owner and Contractor, as published by the AIA in its software, other than those additions and deletions shown in the associated Additions and Deletions Report. _____________________________________________________________ (Signed) _____________________________________________________________ (Title) _____________________________________________________________ (Dated) General Counsel 6/4/2021 SLCC - EXHIBIT A D04243 �AP - BI� PROPOSAL Page2ol5 SECTION DO 42 43 De�eloper Awarded Projects - PROPOSAL FQF2M UNIT PRICE BID Bidder's Applicat�on Projec[ Rem information Hidder's Pmposal Bidlisi pescription Specification Setiion No. �n�� �f ��� Unit Price Sid Value lfetnlVo. Measure Qvan[ity UNIT II: SANITpRY S�WER lMPROVEMENT$ � 0171.0101 Construction Staking 01 71 23 LS 1 $1,100.00 $1,100.00 2 02412013 Ftemove $" Sawer Line 02 41 14 lF 74 $4p.00 $2,960.00 3 0241.2201 Remove 4' Sewer Manhole D2 41 14 EA 1 $2,500.00 $2,500.60 4 3201.0127 14' Wide Asphalt PvmS Repair, Arterial 32 01 17 LF 3B $280.00 $iQ080.40 5 3201.0202 Asphalt Pvmt Ftepair Beyond �efined Width, Arteria! 33 01 17 SY 139 $225.06 $31,275.00 6 3301.0002 Post-CCNinspection 330139 LF 79 $25.40 $1,975.00 7 3301.D101 Manhole Vacuum Tastir�g 33 01 30 EA 2 �220.06 $440.00 8 3305.0109 Trench Safety 33 OS ZO LF 79 $8.�6 $832.94 9 3305.0112 Concrete Collar 33 OS 17 EA 3 $456.00 $1,354.9CY 10 3305.Q113 TrenchWaterStops 3365�5 EA 2 $620.Q6 $1,2A0.00 11 3331.5747 8" Sewer Pipe, CLShfi Backfill 33 t 1 10, 33 31 12, 33 31 20 L� 5 $460.00 $2,300.00 12 333L5751 12" Sewer Pipe, CLSM Backfill 33 t1 10, 33 31 12, 33 31 20 LF 95 $510-00 $48,450.D0 '13 3339.0661 Epoxy Manhoie Liaer 33 38 60 VF 10 $220.00 $2,200.00 14 3339.1061 4' Manhale 33 39 10, 33 39 20 EA 1 512,000.00 $12,000.00 15 3339.9003 G' �xtra Depth Manhole 33 39 �Q 33 39 20 VF 4 $3Q0.00 51,206.00 16 3339.1101 5' Manhote 33 39 10, 33 39 20 �A 1 $17,400.00 $17,0.00.00 17 3339.1103 5' Extra I]epth Manhole 33 39 10, 33 39 20 VF 7 $310.00 $2,170.00 18 3471.0fl0'f 7raffic Control 3A 71 13 MO 1 $2,2ff0.00 $2,200-00 19 9999.00i0 12" 2-Way Cleanout 33 31 50 F,Ja 1 $1,500.00 $1,500.OD 7Q7AL UNI7 II: SAtJI7ARY SEWER IN[pRpV�MEiVT $142,972.00 c�ry aF FORT woRrr� STANOARO CONSiRUCiI�N SPECIFICATIbN DDCUMEf�F75 - F]EVELOPEfi AWARbE� PROJECTS Form Version �v[&y 22, 2019 OD 42 43_Bld Pmposalx4sm 60 42 43 �AP - BI� PROPOSAL Page 3 ot 5 SECiION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Pro}ect Itena ln(ormation 8idder c Proposa] T3idlis4 ➢gscripteon Specification Section Na. Unit of g�� Unit Price $id Value Item iVo. Measure Quantity UNtT III: PAVING IMPRqVEAAENTS 1 0171.0101 Constrc�ctinn Steking 01 71 23 LS 1 $5,255.08 $5,255.08 2 0241.0100 Remo�e Sidewalk 02 A1 13 SF 8,p97 $8.16 $66,071.52 3 0241.03D0 Remove AI7A Ramp 02 41 13 EA 3 $729.87 $2,189.fi1 A 024t0401 Remove Concreta �riv8 02 41 43 SF 277 $L22 $337.94 5 024�.11DD Remo�e Asphalt Pvmt 02 41 15 SY 17p $94.88 $16,129.80 6 0241.1300 Remo�e Conc Curb&G�tter 02 41 15 LF 200 $17.&7 $2,374.OD 7 0241.1507 3" Surlace Milling 02 41 15 SY 7,470 $15.50 $114,855,00 8 3125.pip1 SWPPP 21 acre 31 2500 LS 5 $6,7$7,66 58,787.66 9 3212.6303 3" Asphalt P�mf Type D 32 12 16 SY 7,41p $5.42 $A0,16220 10 3213.60.Q1 6" Concrete Ori�eway 32 13 20 SF 72 $11.54 $830.88 11 3213.4301 4" Conc Sidewalk 32 13 20 SF 4,174 $t6.76 $44,912.24 12 3213.0563 Barriar Free Ramp, Type M-9 32 13 20 EA 3 $1,BB8.52 $5,8fi5.5& 13 3216.0101 6" Canc Curh and Gutter 32 16 18 LF 234 $35.99 $8,421.66 14 3217.OQ01 4" SLD Pvmt M3rking HAS (W) 32 17 23 LF 10 $7.30 $73.64 15 3217.0301 12" SLf� Pvmt Marking HAE (W) 32 17 23 LF 60 S2'f.90 $1,314.00 16 32t7.0501 24" SLn Pvmt Marking HAE (W) 32 17 23 LF 30 $43.�9 $i,313.70 17 3AA1.A003 Furnishllnstall Alum S'Egn Ground Mount Gity Std- 34 41 30 EA 4 $948.83 $3,795.32 18 3441.4110 ftemove and Reinstall Sign Panel and Post 3a 41 30 EA 5 $437.95 $2,169.75 4S 3471.0001 Traffic Control 34 71 13 Mp 1 $5,24924 55,249.24 2(3 9998.0004 Sidewalk (Brick Pavers) p0 00 00 SF 2,831 $27.95 $79,126.45 21 9999.0006 Gonnect to Pub[ic Storm System OD 00 00 EA 3 $2,5Q0.00 $7,500.00 22 9999.0009 Parking Meier Steel Post (Meter installed by City} 09 00 60 EA 3 $365A5 $i,095.15 TpTAL UNI7 Ifl: PAVING IMPRpVEMENT $417 649.5fi CIYY OF FORT WORTH 5TAN�ARD CONSTRUCTION SPEGFICATIOf�t �OCUMENTS � OEVELOPER AWAR6ED PR6JECT5 Form Version Mev 22, 2019 00 42 43_Bitl PrapasaLzlsm pp 42 43 DAP - 61� PROPQSAL Page 4 0l5 5ECTION 00 42 43 �eveloper Awarded Projects - PROPQSAL FORM CITY OP FOR7 WOR?H STANDARD CQNSTRUCTION SPECIFICATION DOCUMEN75 - DEVELOPflR AWAROE� PROJECTS Parm Version �yoY zz�?q�g Ob 42 43_9id Proposaf.xfsm UNIT PRICE BlD Bidder's Application 60 42 43 pAP -Blp PROGOSAL Page 5 of 5 SECTION DO A2 43 De�eloper Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Total Consiruc[fun Bid '1'his Bid is submitted Ly thc entity natned below: �� BIAT7F.R: BY: � � SLC Cummercial Construction, LI,C � 399U Hipsbara Pike, Suite A00 � C-.-�---�— . � N�shville, "I"'� 3i2t5 TiTI,E: OATE: ��I _ � �� �5`-'��?I � ,��� ! �" E Contractor agrees tu compleie WORK fur FiN'AI. ACCEpTANCF' with[n ���> b0 ���;�n�orking da�°s after ihe d9te wF�ert the CONTRACT cummences to run as provided in the General Conditions. N;Nri OF' SECTION C}iY OF FORT WORTk STqN�ARD GONSi'RUC710N Sp�.C1FECAFiOM �OCUMBNTS - bEVELOPER AWARpEp PROJECTS Fo�tn Versian May 22, 2019 90 42 0.3_BId Proposal.x3sm Bid Summary UN1T 1: WAT�R IMPFZOV�MENTS $176,260.00 -- ----- -----,__�._�_._...__... UN171[: SANITARY SEWER kMPROVEMENTS $142,972.00 UNkTIiI:PAVINGIMPRdVEMENTS -- ---�--------- --__�_.__.. �..__--------------____ $417,649.56 UNIT IV: LIGHTIPlG fMPROV�MEN7S $138,668.41 __,,_.._. . .___ - _ _.__.. �.. TOTAl. UNIT V: LANDSCAPE IMPROVEMENTS _ _. _ � _ . .. _ ... _ ---- __ $71,613.36 00 42 43 Bid Form 04.06.2021 DAP - BID PROPOSAL Page 1 of 2 EXHIBIT A.1 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No.Description Specification Section No.Bid Qty UOM Unit Price Bid Value UNIT I: WATER IMPROVEMENTS 1 0171.0101 Construction Staking 01 71 23 1 LS $1,500.00 $1,500.00 2 0241.1512 Salvage 1" Water Meter 02 41 14 1 EA $2,400.00 $2,400.00 3 3201.0122 5' Wide Asphalt Pvmt Repair, Arterial 32 01 17 157 LF $150.00 $23,550.00 4 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 0.25 TON $41,400.00 $10,350.00 5 3311.0144 6" Water Pipe, CLSM Backfill 33 11 10, 33 11 12 10 LF $290.00 $2,900.00 6 3311.0244 8" Water Pipe, CLSM Backfill 33 11 10, 33 11 12 49 LF $440.00 $21,560.00 7 3312.0002 Water Sampling Station 33 12 50 4 EA $3,200.00 $12,800.00 8 3312.2803 6" Water Meter and Vault 33 12 11 1 EA $27,800.00 $27,800.00 9 3312.3002 6" Gate Valve 33 12 20 1 EA $1,400.00 $1,400.00 10 3312.3003 8" Gate Valve 33 12 20 2 EA $2,100.00 $4,200.00 11 3312.3105 12" Cut-in Gate Valve 33 12 20 2 EA $14,200.00 $28,400.00 12 3312.3106 16" Cut-in Gate Valve w/ Vault 33 12 20 1 EA $37,200.00 $37,200.00 13 3471.0001 Traffic Control 34 71 13 1 MO $2,200.00 $2,200.00 TOTAL UNIT I: WATER IMPROVEMENTS $176,260.00 UNIT II: SANITARY SEWER IMPROVEMENTS 1 0171.0101 Construction Staking 01 71 23 1 LS $1,100.00 $1,100.00 2 0241.2013 Remove 8" Sewer Line 02 41 14 74 LF $40.00 $2,960.00 3 0241.2201 Remove 4' Sewer Manhole 02 41 14 1 EA $2,500.00 $2,500.00 4 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 32 01 17 36 LF $280.00 $10,080.00 5 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 33 01 17 139 SY $225.00 $31,275.00 6 3301.0002 Post-CCTV Inspection 33 01 31 79 LF $25.00 $1,975.00 7 3301.0101 Manhole Vacuum Testing 33 01 30 2 EA $220.00 $440.00 8 3305.0109 Trench Safety 33 05 10 79 LF $8.00 $632.00 9 3305.0112 Concrete Collar 33 05 17 3 EA $450.00 $1,350.00 10 3305.0113 Trench Water Stops 33 05 15 2 EA $620.00 $1,240.00 11 3331.5747 8" Sewer Pipe, CLSM Backfill 33 11 10, 33 31 12, 33 31 20 5 LF $460.00 $2,300.00 12 3331.5751 12" Sewer Pipe, CLSM Backfill 33 11 10, 33 31 12, 33 31 20 95 LF $510.00 $48,450.00 13 3339.0001 Epoxy Manhole Liner 33 39 60 10 VF $220.00 $2,200.00 14 3339.1001 4' Manhole 33 39 10, 33 39 20 1 EA $12,000.00 $12,000.00 15 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 4 VF $300.00 $1,200.00 16 3339.1101 5' Manhole 33 39 10, 33 39 20 1 EA $17,400.00 $17,400.00 17 3339.1103 5' Extra Depth Manhole 33 39 10, 33 39 20 7 VF $310.00 $2,170.00 18 3471.0001 Traffic Control 34 71 13 1 MO $2,200.00 $2,200.00 19 9999.0010 12" 2-Way Cleanout 33 31 50 1 EA $1,500.00 $1,500.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $142,972.00 UNIT III: PAVING IMPROVEMENTS 1 0171.0101 Construction Staking 01 71 23 1 LS $5,255.08 $5,255.08 2 0241.0100 Remove Sidewalk 02 41 13 8,097 SF $8.16 $66,071.52 3 0241.0300 Remove ADA Ramp 02 41 13 3 EA $729.87 $2,189.61 4 0241.0401 Remove Concrete Drive 02 41 13 277 SF $1.22 $337.94 5 0241.1100 Remove Asphalt Pvmt 02 41 15 170 SY $94.88 $16,129.60 6 0241.1300 Remove Conc Curb&Gutter 02 41 15 200 LF $11.87 $2,374.00 7 0241.1507 3" Surface Milling 02 41 15 7,410 SF $15.50 $114,855.00 8 3125.0101 SWPPP ≥ 1 acre 31 25 00 1 LS $8,787.66 $8,787.66 9 3212.0303 3" Asphalt Pvmt Type D 32 12 16 7,410 SF $5.42 $40,162.20 10 3213.0401 6" Concrete Driveway 32 13 20 72 SF $11.54 $830.88 11 3213.0301 4" Conc Sidewalk 32 13 20 4,174 SF $10.76 $44,912.24 12 3213.0502 Barrier Free Ramp, Type U-1 32 13 20 3 EA $1,888.52 $5,665.56 13 3216.0101 6" Conc Curb and Gutter 32 16 13 234 LF $35.99 $8,421.66 14 3217.0001 4" SLD Pvmt Marking HAS (W) 32 17 23 10 LF $7.30 $73.00 15 3217.0301 12" SLD Pvmt Marking HAE (W) 32 17 23 60 LF $21.90 $1,314.00 16 3217.0501 24" SLD Pvmt Marking HAE (W) 32 17 23 30 LF $43.79 $1,313.70 17 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 34 41 30 4 EA $948.83 $3,795.32 18 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 5 34 41 30 $437.95 $2,189.75 19 3471.0001 Traffic Control 34 71 13 1 MO $5,249.24 $5,249.24 20 9999.0004 Sidewalk (Brick Pavers)00 00 00 2,831 SF $27.95 $79,126.45 21 9999.0006 Connect to Public Storm System 00 00 00 3 EA $2,500.00 $7,500.00 22 9999.0009 Parking Meter Steel Post (Meter Installed by City) 00 00 00 3 EA $365.05 $1,095.15 TOTAL UNIT III: PAVING IMPROVEMENTS $417,649.56 UNIT IV: LIGHTING IMPROVEMENTS 1 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 1419 LF $20.44 $29,004.36 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 00 42 43_Bid Proposal 901 XTO Commerce - wbids - REV. 04.06.2021 00 42 43 Bid Form 04.06.2021 DAP - BID PROPOSAL Page 2 of 2 EXHIBIT A.1 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No.Description Specification Section No.Bid Qty UOM Unit Price Bid Value 2 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 5 EA $656.89 $3,284.45 3 3441.1409 NO 8 Insulated Elec Condr 34 41 10 4565 LF $6.57 $29,992.05 4 3441.1501 Ground Box Type B 34 41 10 5 EA $1,094.81 $5,474.05 5 3441.3026 Furnish/Install City Hall Pole and Luminaire 34 41 20 2 EA $6,272.52 $12,545.04 6 3441.3035 Furnish/Install Utility Washington Postlite Series Luminaire Full Cutoff LED and Pole 34 41 20 5 EA $7,066.62 $35,333.10 7 3441.3201 LED Lighting Fixture 34 41 20 1 EA $875.84 $875.84 8 Rdwy Illum Foundation TY 7 5 EA $1,600.00 $8,000.00 9 3441.3501 Salvage Street Light Pole 34 41 20 4 EA $2,627.54 $10,510.16 10 3471.0001 Traffic Control 34 71 13 1 MO $3,649.36 $3,649.36 TOTAL UNIT IV: LIGHTING IMPROVEMENTS $138,668.41 UNIT V: LANDSCAPE IMPROVEMENTS 1 3110.0102 6"-12" Tree Removal 31 10 00 6 EA $510.91 $3,065.46 2 3293.0106 Plant 6" Tree 32 93 43 16 EA 1,921.00 $30,736.00 3 9999.0002 Salvage Existing Trash Can 00 00 00 2 EA 145.95 $291.90 4 9999.0005 48" Square Tree Grate 00 00 00 16 EA 2,345.00 $37,520.00 TOTAL UNIT V: LANDSCAPE IMPROVEMENTS $71,613.36 Bid Summary UNIT I: WATER IMPROVEMENTS $176,260.00 UNIT II: SANITARY SEWER IMPROVEMENTS $142,972.00 UNIT III: PAVING IMPROVEMENTS $417,649.56 UNIT IV: LIGHTING IMPROVEMENTS $138,668.41 TOTAL UNIT V: LANDSCAPE IMPROVEMENTS $71,613.36 $947,163.33 Div 1 General Conditions (3 months @ $83,333/month)3 mos 83,333.00 249,999.00 Sitework Contingency 1 ls $60,618.45 Insurance 1 ls $24,626.25 GC Bond 1 ls $36,465.79 Div 1 TOTAL 371,709.49 General Contractor Fee (4%) $54,997.00 TOTAL $1,373,870 Offsite Temp Power 45,000.00 GRAND TOTAL $1,418,870 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 00 42 43_Bid Proposal 901 XTO Commerce - wbids - REV. 04.06.2021 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised July 1, 2011 1 SECTION 00 61 25 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION 23 24 25 26 27 28 28th April 006219-2 MAINTENANCE SON� Page 2 of 3 1 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 2 accordance with the plans, spec+fications and Contract Qocuments that the Work i5 and will 3 remain free from defects in materials or workmanship for and during the period of two {2) years 4 after the clate of Final Acceptance of the Work by the City {"Maintenance Period"j; and 5 WHEREAS, Principal binds +tself to repair or reconstruct the Work in whofe or in part upon 6 receiving notite from the Developer and/or City of the need therepf at any time within the 7 Maintenance Period. S NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 9 any defective Work, for which timely notice was provided by Developer or City, to a completion 10 satisfactory to the City, then this obfigation shall become nufl and void; otherwise to remain in 11 full force and effect. 1Z PRQVIQ�D, HOW�VER, if Principal shal! fail so to repair or reconstruct any timely 13 noticed defective Work, it is agreed that the De�eloper or City may cause any and all 5uch 14 defecti�e Work to be repaired and/ar reconstructed with all assaciated casts thereof being 15 borne by the PrEncipal and the Surety under this Maintenance Bond; and 16 PROVfDED FURTNER, that if any legal action be filed on this Bond, ver�ue shall lie in 17 Tarrant County, Texas or the United States District Court for the Norti�ern District of Texas, Fort 18 Worth Di�ision; and �9 PROVIDED FURTHER, that this pbligation shall be continuous in nature and successive 20 reco�eries may be had hereon for successi�e breaches. 21 CIiY OF FORT WORTH 1PRCI9-015b STANDARD CITY CONDITIQNS— DEVELOPER AWAR�ED PROJEC75Cf7YPROlEC7ND. 101499 Revlsed January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 �N WITNESS WHEREOF, the Principal and the Surety ha�e each SIGNED and SEALED this Z instrument by duly authorized agents and officers on this t�e Z9th day o� April, 2021. 3 4 5 6 7 8 9 1D 11 12 13 14 15 16 17 18 �9 20 21 22 23 24 25 26 27 2$ z� � A7TEST: � (PrincipaY� Secretary � .¢I�x f � s c l� �f ' Witness as to P incipal r3,�� t�--��S r_r■���� 30 `'�� 31 (Surety) �z 33 Witness Middleton, WI 53562 34 �a�.r�,��n � 35 Witness as to S ety �efephone Num#�er: 800-475-4450 36 37 *Note: If signed b �i an o�i�Ecer of the 5urety Company, there must be on file a certified extract 38 from the by-TaGrs showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, botf� must be provided. PRINCIPAL: SLC COM RICAL ON UCTION LLC �� / BY: /� �� Signatur ,, r _ , ,n Su]cJ�-1 Name and itle Address: 3990 Hillsboro Pike, 5uite 400 SURETY: Nash�ille, TN 3712$ Address: 16D0 Aspen Commons. Suite 300 CITY OF F�RT WORTH fPRC19-0256 STANDARD CITY CON�ITIONS - �EVELOPER AWARDED PROJECTSCITY PROlECT NO. 101499 Revised January 31, 201Z Phyllis T. Neal, Attorney-in-Fact Name and Title 006219-4 MAINTENANCE BOND Page 4 of 3 The date of the bond shall not be prior ta the date the Contract is awarded. CI7Y OF FDRT WORTH lPRC19�C1156 STAN�ARD CITY CONDITIONS — DEVELOPER AWARDE� PROJECTSCIiYARD1EC7ND. 101499 Revlsed January 31, 2012 CAP�TOL IND��N�T�' C()RPORATION ,Fj o a,,, 41 � 61 POW�R OF ATTORNEY �=� �vcfer .».r. �R3�:�, v3s� �rE���:a��� ��fz�����1�r�. ,, ,� ,i�� � �� �������4��. r�i�a� ��3���r�� � �r��a��c��t,�����Q��..�,. ��. ,_�. � .� . ,� .� . � �� ` --------ROE3ERT E. G IQ/AX, lR.; SHELLY M. NIARTEN; PHYLLIS T. NEAL ------------------------------------- `= ' cL,l"Ui;ilii€I�iyl;il�'�Iic,fil�.�li,1�11� k-s.�l.in;71�h.,i'ts'�i.i � :�I �.�. - . . ,�I and cnntric[� nl�.t:rctcs}����. �m+ idcd tit<it no hamd nr uncE; il�.�'� i_��� ��,.., ,, -ALL WR[TTEN INSTRIJMENTS 1N AN AM013NT NOT TO EXCEED:$ZU,OUO,QOD.OD---------------- "° �.� �.,� , _ �, ;��i,: ; t,ii"i f 17i..1\116.4§;e� i 1� a)�.i':)fi a a isr.� ,.. �::� , _ — .. . .... , Cy "12E5(}I,�JF D, that the Presid�nt, F.xe�•uti��e Vzce 1'renident. Vice Yreni�lint, St� r�t�3r �� or 1re.�,urei ie tin:,' iculitii�«aliy cx ��iherwi>e. h�• iiTil Iliti�� h� rehv �;, �ire �rarilc�# [he puwer �md ��u[hoi'izatYnn to :ip��oiiit by a Puu�tr nF Atti>ui�y I'car tite piarpi>uus nnl� nt exieutin�� und att�stin,, i�nnds �incl i�rtc{ia�ta?:im�,. ,ind _ olhcr writin!*s ohl[��alory m thc tiatwe dieceoF, o�ie u� n�urc �c,ictent vu�e-pr�tiidr nts. ;i,sisGiait secretarieti an�l ;ulntneylsl-fn-lu�Y. eacIr �i���iocn��•e t�i fn��e � the pu�vers ancl du[ic� usual iu such ol�ficcs It} the hi�siness uf this rt�i3�paaiy: Ihe �i��na;ure i�f such uC(iccrs an�i ,cal nl'lhe Co�up�in� ���ay be .�tl�ix��i tu �i��}' � Fuch ��wc,�� of <ittorney or to any certificate r�latln�, therc[o hy laccimilc. and any �tiiich por�'er oY �ttorney or c�rtiGc�ae bearin_� siich I:icsimile sf,natw�es — or Tacsi�nile sea] shall be �alid uod hindint upoo Chc Com��any, and any sucli �cr��er so ex�cut�d uncl ce�tYiTi���l h�� Fc�simVle signatures �nd laesimilc ���iE Shall !�e �alid �ind hindin�� c�pon [t�� Cbm�any in thi Ivtuae wiih res��ect to any hnnd or undertaking n�� nther uriting nE�li�*alnry ii� iE�e nu[i�re tl�cre+3f In — ahich i[. is.�it!<�rhtd. Any such �ppuinlmcnt map l�c revc,�:�•�l. !ut cxusc. i�r ta:irhou£c��usc, b)' uny ul aaid nffir�rs,:tl am limc: � Ici Gnnn�ctiv�t ti�iih cvl�iig�4tinn� ii� favnr i�f fhc FloriJ� Dcpartntc�ii i�f Tr.�n���7rr<11iiy1� c�fi14, it i� a�r�ccl that 1h� �n,tacr .u�a t��nhc,nly l�cceb� ��s���n tu tlic� Att�mey-in-F�ct iniludes any an�� all cnc�5ent; ftir the rcle.i�e nt retamed percirita�ey andkrr fin.il estin�ate, ��n en'in��erin<_� .md iun�tru�iiun �cisi[ra�tti reyuia�ed by tiic State of FloriJa Depa�Yinent �F"frufs��c��7e¢tion. [t is tulh° �i3idrrsinci� Iha[ cnns��ntin�; to tf�� State a1 Flu�tdx Qep:ulmciu oFTranspoilalion stinkin� �rymenl ol �he f'inal es[im.j[e to lhe Ccimractt>r .indlur itti assi�nec. �hall nt�t r�lieve thi5 tiuret}' con�p,ii�y i�1 ai}y c�l it� uhli�:uiemti unetir ita bcm�. T ` �� In eonnectinn �a�ith nhli�a�ions in I:ivor of ihe Krntucky [)eparlmerii nf 1-[feh�4ay, i3nlv. it fs aereed thal thc pnwcr and authnri[y h�rchy �iven tn [hc �:: Atturi.lcy-ilf-�act canf�i�i lie mi�difi�d or recc�ke�l unitnti �rinr wriiten ��cr�oq�}L r�uticr nl such intenl h�y bcen given w[hi� C?:�znmi;tii����er - DW�arlinznt oF �� c= Hi,'li«�:iys nf the Ci�mmc�n�ttie;�llh nf Kentucky .tl lea,t [l�ihy f301 �3uvv �irYor in Ihe in�t�9iiicati��n or recncatinn. �;: [1V Gi�'ITNESS �'1-IF:�tEOF. t[�c C.AP1T01. I�iDFD'1N1TY' CQRYOR.ATf[ll+�l ��.as eau�cd Ihese �r�sc:nts lo br +i�nes h) z1� crfticer urid�rvi��rtcil an� its cazporate se�l to be herctci al'fixc�f duly uLFe�l�d, this 3rti d:�Y nf M,�y,?L)l7. _� Atle5[: � �/�� 2 CAPITI}L IhDE�3N1'CY C'ORYI�RrCf10N ��:. i�.l'� A��µN I TY� �.�I!', i%/ // :;°'.pD _ -_.tiRs,a�i� ����, Y � � ��� �DRa�EwrF �'?� a fn�n E. Rzcpinskf _ • — r "_ � • Vire Ptcsici�r�a.7're��Murer & CFd SE�L - .5ie�,hen .r. �,��Is ��A � Q�Nh�r� CEO �'l'rv�iJcnt �J Uu.��.� .�, Suzanne M. Brnadbent !i"",�ivU;;�",'"sa'""�",�,�c�o;�"��, � +n�c��uun�ra. A,sist�nt Secretary 5�,'�"1'l: OF WtSCf)NSEN CtJL;NT�" CJF DAVG � y y {�n the 3rJ J;iy uf �1,i�. "_'{}17 hcfore mr rcrso�icElly c,ii�ie Stc�,hen .3. S�IIn, tu mc kz}un�n, a�hu h�fne hy rne �luly c���,rn, di�l Jrpu.e ancl .,e,�: Ihul i�c rc,3Jt�� in th� Cuiinty of I�ew }'ark_ 5tate t�l� hcw }�ilk th.�t hc is PresiJ�m of� CAP17'Ot. INl3k:;l�ivi'1'Y CORPC3R.�'1`IU�ti. ih�� �orpura�iun Je,cribe�f �n an� which executed [kie abnre fnstrument: that he knsiws il�e seai oi the.ai� cor�sai'atfon: that th� �cal af'li.xecJ to wc{iJ instrumerii is �ucli ci�rp«rrte �t,:L thai il w�in so aFtixed hy order o€ the Siiarcl of Dirertors of s�iiJ eoc-Ezor:uion .uid ih.�t he si��neJ hi, �i.une iheretn hy like. itir�ler. r,°�y\61n R�c�� � `` 'I �^—� ' r � ;�a �� m, �- RiB�� . = David .I. Rc,ele STATf; OF WISCONSIN .�`:�?F-.�p Ni�tary Puhli�. Uan� Ciy.. Wf S . S .: "'u �. ���„r:,«�"� C`OUNTY OF' DAIVC i18�' Cnmiuis,i�in ls ['zrmarunt I. ihe undcrsirned, duly electetl to the oilice stated heln�c. nrnv the inc��i!!�,roi i,+ E`;�f'I'f{)I.INDEAL�'1'I'Y't.'OIiPOR:ITIf1V ,i �1'i:� �+i�,�n ('E�r4���ra�ir�r, f,C� aulhcirired tu muke ihis certificate. i7p HEREBY Ch:R'T1TY th:it �' . �uarhe� l'rn�-er cif :\ttonfey rc�n:�i; ... re� okad: .i�id iurthermurc_ thai the Resolutiun of Ihe Bo�rd nt Ui;r. �.. rh� P,sti��r of 1, :. _ _ '_ Si!_nr�l .and seule� at ihe t'flv uC MiJ�lletun, SEat� ul Wf,consin �� �gth _ cfay uf �_ A�Z'l� 21. ` �`%V `�'vWg4i�'�i �+�+�. .`iU;11. lritr�nio C�lii Gcnzr��l Ce�tstisel. Vi�e ]'s��°ei��•ni C ti�.irctiir� I'llt5 DOCUiviLNl� IS �(77 G'.4L]D !'\LE55 PRINfED Oti L�RAl' .`:F[nl)Ei3 B:\CKL>.f2i)l'VI) 1i'1TH A Rk_(} 5�R1:1L Nl'A1BIili ff� 4H1- l:1'P�.3i lil(iHf fL�VL7 COitVIiR IF 1'(�!.' ll:�A�'f� �A'Vl� (11'FS'IfCIAS ('(11'C�lilt�lfV�('�� III_ Ai_�`�ii�V'TI('fil� 1.11� I�I€IS I)OCl��ll:A]'C��11 L�+{il]-.}�;_.{.G�ii ��?t -Pii��l:,�t_ I��.'nl'i _- _ - __ =_--'�- ': --_ _. _- --_ - _- _- - - _ __ -__ CAPITO� INDEMNITY CORPORATIDN BAiAiUCE SHEET Decemher 3i, 2020 Cash and invested assets: Bonds Cammpn stocks Cash, cash equivalents and short-term investments Otherinvested assets Receivables for securities Total cash and in�ested assets Admitted Assets $ 54p,p50,945 136,823,713 51,386,665 74,185 7,139 72 8, 342,648 Investment income d�e and accrued Uncollected premiums and agents' balancas in course of collection Deferred premiums, agents' balances and installments booked 6ut deferred and not yet due Amounts recoverable from reinsurers Other amounts receivable under reinsurance contracts Current federal and foreign �ncome tax recoverable and interest thereon Net deferred tax asset Electronic data processing equipment and software i?ecefvabies from parent, suhsidiaries and affilfates Total admitted assets Liahilities and Surplus as Regards policyholders Liabilitfes: Losses Reinsurance payahle on paid losses and foss adjustment expenses Loss adjustment expenses Commissfons payable, contingent commissions and other similar charges Other expenses (exduding taxes, licenses and fees} Taxes, licenses and fees (excludfng federal and foreign income taxes} Unearned premiums Advance Premium Ceded reinsurance premiums payable (net of ceding commissions] Amounts withheld or retained 6y company for account pf others Provision for reinsurance Payable ro parent, subsidiaries and affifiates Paya6le for securities Other liabilities Total liahilities Surplus as regards policyholders: Common capftal stock Gross paid in and contribu4ed surplus Unassigned funds (surplus} Surplus as regards poficyholders Total lia6ilities and capita! and surplus 3,025,223 43,072,989 9,868,137 5,847,405 97,�63 363,716 25,146,078 1,890, 377 39,56Q 8R7, 693,196 z�s,z�a,oso 17,SSZ,032 54, 378,410 434,788 &,488,870 580,794 13 6, 642,443 5,481 4,835,724 11,806,750 208,OD0 16,308,674 313 561,483 52 7, 523,822 4,201,415 103,923,753 172,044,205 280,169, 374 $ 807,693,146 I, lohn L. Sennott Jr., Cf0 and Presideni of Capitol Mdemnity Corporation dn hereby certity that to the best of my knowledge and 6elie#, the foregoing is a full and true statutory Statement of Admitted Assets and Liabilities, Capital and Surplus of the Operation at Decemher 31, 2620, prepared in conformity with the accounting practices prescribed by the Insurance Department of ihe State of Wisconsin. fN WITNE55 WHEREOF, I have set my hand and affixed the seal of the Corporation at Middleton, Wisconsin. ` ����, � J - \�� Ll.r loi�n L. Senno[t Jr CEO & President F�������iS � T � � /I ����i `w O ���.a�..• � . • � � ��`. �� ��� '4 ; O `. G��POR� fi�; ,.O f-- • w►►� � � ` �n7� ; —� � �. �i�ll�l� : O Lt� ., ,: � � +� ���������+�f�, h�1 ���i� ��aL ET4�'_.c��'�� Capitol Indemnity Corporation 1600 Aspen Commons, Middleton, W153562 IMPORTANT NOTICE - TEXAS To obtain information or make a complaint: • You may contact your company representati�e at 1-800-475-4450 • You may call Capitol Indemnity Corporation's tolf-free telephone number for infarmation or to make a complaint at: 1-800-475-4450 • You may also wriie to Capitol Indemnity Corporation at: Capitol Indemnity Corporation 1600 Aspen Commons Middleton, Wisconsin 53562 • You may contact the Texas Deparimer�t af Insurance to obtain information on compani�s, co�erages, rights or complaints at: 1-80d-252-3439 • You may write ths Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9�04 FAX # (512} 490-1007 Web: http:llwww.tdi.t�xas.qa� E-mail: ConsumerProtection tdi.texas. o� • PREMIUM OR CLAIM DISPUTES: Should you ha�e a dispute concerning yo�r premium or about a claim you should contact the agent or the company first. If the dispute is noi resofved, you may contact the Texas DeparEment of Insurance. • ATTACH THIS NOTICE TO YOUR P�LICY: This natice �s for infarmation only and does nat b�come a part or condition of the attached dacument. SGE 020 (06-16) O 2016 CapSpecialty, Inc. All rights reserved. Page 1 of i SECTION 00 45 12 00 45 12 DAP PREQUALIFICATION STATEMENT Page I of I DAP -PREQUALIFICA TION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Type" box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, Moss Utilities 4/30/2021 Development, 8-inch diameter and smaller Sewer Collection System, Moss Utilities 4/30/2021 Development, 12-inches and smaller Asphalt Paving Advanced Paving Company I 0/21/2022 Construction/Reconstruction (less than 15,000 square yards) Roadway and Pedestrian Bean Electrical, Inc. 3/9/2023 Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: SLC Commercial Construction, LLC (SLCCC) J _A j BY A i/f// CITY OF FORT WORTH (Signature) TITLE: Ch,.t{" L.11r-t1j1,n,/c#ltc-er DATE: 6/1l/id'J1 END OF SECTION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 IPRC19-0156 CITY PROJECT NO. 101499 2 2 1 2 3 00 45 26 - I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 101499. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 IO 11 12 13 14 15 CONTRACTOR: SLC Commercial Construction, LLC Company 3990 Hillsboro Pike, Suite 400 16 Address 17 18 19 20 21 22 23 24 Nashville, TN 37215 City /State/Zip THE STATE OF� -r/J § ('\.. . ..l) V)§""COUNTY OF URPAN'F vvVU-- By: Alex Fisch Title: Chief Investment Officer (Please Print) ed authority, on this day personally appeared 25 26 27 28 29 30 31 32 33 34 35 36 37 __ __,,_,_.L>o.,.,..___,'--'--___,......,�L__----' known to me to be the person whose name is subscribed to the oregoing instrument, and ack�owledp;ed to nie that he/she executed the same as the act and deed of (/,,tf ;£11 v<:,f� Olll C'-l' / for the purposes and 38 39 40 consideration therein expressed and in the capacity therein stated./?.. GIVEl)(1)NDER MY HAND AND SEAL OF OFFICE rh;s JI day of-1LI/N.... , 2020./J Notary Public in and for the State M-+.-� ... END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 � t?/J f?5S?{? IPRC/9-0156 CITY PROJECT NO. 101499 006219-3 MAINTENANCE BOND Page 3 of 3 1 �N WITNESS WHEREOF, the Principal and the Surety ha�e each SIGNED and SEALED this Z instrument by duly authorized agents and officers on this t�e Z9th day o� April, 2021. 3 4 5 6 7 8 9 1D 11 12 13 14 15 16 17 18 �9 20 21 22 23 24 25 26 27 2$ z� � A7TEST: � (PrincipaY� Secretary � .¢I�x f � s c l� �f ' Witness as to P incipal r3,�� t�--��S r_r■���� 30 `'�� 31 (Surety) �z 33 Witness Middleton, WI 53562 34 �a�.r�,��n � 35 Witness as to S ety �efephone Num#�er: 800-475-4450 36 37 *Note: If signed b �i an o�i�Ecer of the 5urety Company, there must be on file a certified extract 38 from the by-TaGrs showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, botf� must be provided. PRINCIPAL: SLC COM RICAL ON UCTION LLC �� / BY: /� �� Signatur ,, r _ , ,n Su]cJ�-1 Name and itle Address: 3990 Hillsboro Pike, 5uite 400 SURETY: Nash�ille, TN 3712$ Address: 16D0 Aspen Commons. Suite 300 CITY OF F�RT WORTH fPRC19-0256 STANDARD CITY CON�ITIONS - �EVELOPER AWARDED PROJECTSCITY PROlECT NO. 101499 Revised January 31, 201Z Phyllis T. Neal, Attorney-in-Fact Name and Title 006219-4 MAINTENANCE BOND Page 4 of 3 The date of the bond shall not be prior ta the date the Contract is awarded. CI7Y OF FDRT WORTH lPRC19�C1156 STAN�ARD CITY CONDITIONS — DEVELOPER AWARDE� PROJECTSCIiYARD1EC7ND. 101499 Revlsed January 31, 2012 CAP�TOL IND��N�T�' C()RPORATION ,Fj o a,,, 41 � 61 POW�R OF ATTORNEY �=� �vcfer .».r. �R3�:�, v3s� �rE���:a��� ��fz�����1�r�. ,, ,� ,i�� � �� �������4��. r�i�a� ��3���r�� � �r��a��c��t,�����Q��..�,. ��. ,_�. � .� . ,� .� . � �� ` --------ROE3ERT E. G IQ/AX, lR.; SHELLY M. NIARTEN; PHYLLIS T. NEAL ------------------------------------- `= ' cL,l"Ui;ilii€I�iyl;il�'�Iic,fil�.�li,1�11� k-s.�l.in;71�h.,i'ts'�i.i � :�I �.�. - . . ,�I and cnntric[� nl�.t:rctcs}����. �m+ idcd tit<it no hamd nr uncE; il�.�'� i_��� ��,.., ,, -ALL WR[TTEN INSTRIJMENTS 1N AN AM013NT NOT TO EXCEED:$ZU,OUO,QOD.OD---------------- "° �.� �.,� , _ �, ;��i,: ; t,ii"i f 17i..1\116.4§;e� i 1� a)�.i':)fi a a isr.� ,.. �::� , _ — .. . .... , Cy "12E5(}I,�JF D, that the Presid�nt, F.xe�•uti��e Vzce 1'renident. Vice Yreni�lint, St� r�t�3r �� or 1re.�,urei ie tin:,' iculitii�«aliy cx ��iherwi>e. h�• iiTil Iliti�� h� rehv �;, �ire �rarilc�# [he puwer �md ��u[hoi'izatYnn to :ip��oiiit by a Puu�tr nF Atti>ui�y I'car tite piarpi>uus nnl� nt exieutin�� und att�stin,, i�nnds �incl i�rtc{ia�ta?:im�,. ,ind _ olhcr writin!*s ohl[��alory m thc tiatwe dieceoF, o�ie u� n�urc �c,ictent vu�e-pr�tiidr nts. ;i,sisGiait secretarieti an�l ;ulntneylsl-fn-lu�Y. eacIr �i���iocn��•e t�i fn��e � the pu�vers ancl du[ic� usual iu such ol�ficcs It} the hi�siness uf this rt�i3�paaiy: Ihe �i��na;ure i�f such uC(iccrs an�i ,cal nl'lhe Co�up�in� ���ay be .�tl�ix��i tu �i��}' � Fuch ��wc,�� of <ittorney or to any certificate r�latln�, therc[o hy laccimilc. and any �tiiich por�'er oY �ttorney or c�rtiGc�ae bearin_� siich I:icsimile sf,natw�es — or Tacsi�nile sea] shall be �alid uod hindint upoo Chc Com��any, and any sucli �cr��er so ex�cut�d uncl ce�tYiTi���l h�� Fc�simVle signatures �nd laesimilc ���iE Shall !�e �alid �ind hindin�� c�pon [t�� Cbm�any in thi Ivtuae wiih res��ect to any hnnd or undertaking n�� nther uriting nE�li�*alnry ii� iE�e nu[i�re tl�cre+3f In — ahich i[. is.�it!<�rhtd. Any such �ppuinlmcnt map l�c revc,�:�•�l. !ut cxusc. i�r ta:irhou£c��usc, b)' uny ul aaid nffir�rs,:tl am limc: � Ici Gnnn�ctiv�t ti�iih cvl�iig�4tinn� ii� favnr i�f fhc FloriJ� Dcpartntc�ii i�f Tr.�n���7rr<11iiy1� c�fi14, it i� a�r�ccl that 1h� �n,tacr .u�a t��nhc,nly l�cceb� ��s���n tu tlic� Att�mey-in-F�ct iniludes any an�� all cnc�5ent; ftir the rcle.i�e nt retamed percirita�ey andkrr fin.il estin�ate, ��n en'in��erin<_� .md iun�tru�iiun �cisi[ra�tti reyuia�ed by tiic State of FloriJa Depa�Yinent �F"frufs��c��7e¢tion. [t is tulh° �i3idrrsinci� Iha[ cnns��ntin�; to tf�� State a1 Flu�tdx Qep:ulmciu oFTranspoilalion stinkin� �rymenl ol �he f'inal es[im.j[e to lhe Ccimractt>r .indlur itti assi�nec. �hall nt�t r�lieve thi5 tiuret}' con�p,ii�y i�1 ai}y c�l it� uhli�:uiemti unetir ita bcm�. T ` �� In eonnectinn �a�ith nhli�a�ions in I:ivor of ihe Krntucky [)eparlmerii nf 1-[feh�4ay, i3nlv. it fs aereed thal thc pnwcr and authnri[y h�rchy �iven tn [hc �:: Atturi.lcy-ilf-�act canf�i�i lie mi�difi�d or recc�ke�l unitnti �rinr wriiten ��cr�oq�}L r�uticr nl such intenl h�y bcen given w[hi� C?:�znmi;tii����er - DW�arlinznt oF �� c= Hi,'li«�:iys nf the Ci�mmc�n�ttie;�llh nf Kentucky .tl lea,t [l�ihy f301 �3uvv �irYor in Ihe in�t�9iiicati��n or recncatinn. �;: [1V Gi�'ITNESS �'1-IF:�tEOF. t[�c C.AP1T01. I�iDFD'1N1TY' CQRYOR.ATf[ll+�l ��.as eau�cd Ihese �r�sc:nts lo br +i�nes h) z1� crfticer urid�rvi��rtcil an� its cazporate se�l to be herctci al'fixc�f duly uLFe�l�d, this 3rti d:�Y nf M,�y,?L)l7. _� Atle5[: � �/�� 2 CAPITI}L IhDE�3N1'CY C'ORYI�RrCf10N ��:. i�.l'� A��µN I TY� �.�I!', i%/ // :;°'.pD _ -_.tiRs,a�i� ����, Y � � ��� �DRa�EwrF �'?� a fn�n E. Rzcpinskf _ • — r "_ � • Vire Ptcsici�r�a.7're��Murer & CFd SE�L - .5ie�,hen .r. �,��Is ��A � Q�Nh�r� CEO �'l'rv�iJcnt �J Uu.��.� .�, Suzanne M. Brnadbent !i"",�ivU;;�",'"sa'""�",�,�c�o;�"��, � +n�c��uun�ra. A,sist�nt Secretary 5�,'�"1'l: OF WtSCf)NSEN CtJL;NT�" CJF DAVG � y y {�n the 3rJ J;iy uf �1,i�. "_'{}17 hcfore mr rcrso�icElly c,ii�ie Stc�,hen .3. S�IIn, tu mc kz}un�n, a�hu h�fne hy rne �luly c���,rn, di�l Jrpu.e ancl .,e,�: Ihul i�c rc,3Jt�� in th� Cuiinty of I�ew }'ark_ 5tate t�l� hcw }�ilk th.�t hc is PresiJ�m of� CAP17'Ot. INl3k:;l�ivi'1'Y CORPC3R.�'1`IU�ti. ih�� �orpura�iun Je,cribe�f �n an� which executed [kie abnre fnstrument: that he knsiws il�e seai oi the.ai� cor�sai'atfon: that th� �cal af'li.xecJ to wc{iJ instrumerii is �ucli ci�rp«rrte �t,:L thai il w�in so aFtixed hy order o€ the Siiarcl of Dirertors of s�iiJ eoc-Ezor:uion .uid ih.�t he si��neJ hi, �i.une iheretn hy like. itir�ler. r,°�y\61n R�c�� � `` 'I �^—� ' r � ;�a �� m, �- RiB�� . = David .I. Rc,ele STATf; OF WISCONSIN .�`:�?F-.�p Ni�tary Puhli�. Uan� Ciy.. Wf S . S .: "'u �. ���„r:,«�"� C`OUNTY OF' DAIVC i18�' Cnmiuis,i�in ls ['zrmarunt I. ihe undcrsirned, duly electetl to the oilice stated heln�c. nrnv the inc��i!!�,roi i,+ E`;�f'I'f{)I.INDEAL�'1'I'Y't.'OIiPOR:ITIf1V ,i �1'i:� �+i�,�n ('E�r4���ra�ir�r, f,C� aulhcirired tu muke ihis certificate. i7p HEREBY Ch:R'T1TY th:it �' . �uarhe� l'rn�-er cif :\ttonfey rc�n:�i; ... re� okad: .i�id iurthermurc_ thai the Resolutiun of Ihe Bo�rd nt Ui;r. �.. rh� P,sti��r of 1, :. _ _ '_ Si!_nr�l .and seule� at ihe t'flv uC MiJ�lletun, SEat� ul Wf,consin �� �gth _ cfay uf �_ A�Z'l� 21. ` �`%V `�'vWg4i�'�i �+�+�. .`iU;11. lritr�nio C�lii Gcnzr��l Ce�tstisel. Vi�e ]'s��°ei��•ni C ti�.irctiir� I'llt5 DOCUiviLNl� IS �(77 G'.4L]D !'\LE55 PRINfED Oti L�RAl' .`:F[nl)Ei3 B:\CKL>.f2i)l'VI) 1i'1TH A Rk_(} 5�R1:1L Nl'A1BIili ff� 4H1- l:1'P�.3i lil(iHf fL�VL7 COitVIiR IF 1'(�!.' ll:�A�'f� �A'Vl� (11'FS'IfCIAS ('(11'C�lilt�lfV�('�� III_ Ai_�`�ii�V'TI('fil� 1.11� I�I€IS I)OCl��ll:A]'C��11 L�+{il]-.}�;_.{.G�ii ��?t -Pii��l:,�t_ I��.'nl'i _- _ - __ =_--'�- ': --_ _. _- --_ - _- _- - - _ __ -__ CAPITO� INDEMNITY CORPORATIDN BAiAiUCE SHEET Decemher 3i, 2020 Cash and invested assets: Bonds Cammpn stocks Cash, cash equivalents and short-term investments Otherinvested assets Receivables for securities Total cash and in�ested assets Admitted Assets $ 54p,p50,945 136,823,713 51,386,665 74,185 7,139 72 8, 342,648 Investment income d�e and accrued Uncollected premiums and agents' balancas in course of collection Deferred premiums, agents' balances and installments booked 6ut deferred and not yet due Amounts recoverable from reinsurers Other amounts receivable under reinsurance contracts Current federal and foreign �ncome tax recoverable and interest thereon Net deferred tax asset Electronic data processing equipment and software i?ecefvabies from parent, suhsidiaries and affilfates Total admitted assets Liahilities and Surplus as Regards policyholders Liabilitfes: Losses Reinsurance payahle on paid losses and foss adjustment expenses Loss adjustment expenses Commissfons payable, contingent commissions and other similar charges Other expenses (exduding taxes, licenses and fees} Taxes, licenses and fees (excludfng federal and foreign income taxes} Unearned premiums Advance Premium Ceded reinsurance premiums payable (net of ceding commissions] Amounts withheld or retained 6y company for account pf others Provision for reinsurance Payable ro parent, subsidiaries and affifiates Paya6le for securities Other liabilities Total liahilities Surplus as regards policyholders: Common capftal stock Gross paid in and contribu4ed surplus Unassigned funds (surplus} Surplus as regards poficyholders Total lia6ilities and capita! and surplus 3,025,223 43,072,989 9,868,137 5,847,405 97,�63 363,716 25,146,078 1,890, 377 39,56Q 8R7, 693,196 z�s,z�a,oso 17,SSZ,032 54, 378,410 434,788 &,488,870 580,794 13 6, 642,443 5,481 4,835,724 11,806,750 208,OD0 16,308,674 313 561,483 52 7, 523,822 4,201,415 103,923,753 172,044,205 280,169, 374 $ 807,693,146 I, lohn L. Sennott Jr., Cf0 and Presideni of Capitol Mdemnity Corporation dn hereby certity that to the best of my knowledge and 6elie#, the foregoing is a full and true statutory Statement of Admitted Assets and Liabilities, Capital and Surplus of the Operation at Decemher 31, 2620, prepared in conformity with the accounting practices prescribed by the Insurance Department of ihe State of Wisconsin. fN WITNE55 WHEREOF, I have set my hand and affixed the seal of the Corporation at Middleton, Wisconsin. ` ����, � J - \�� Ll.r loi�n L. Senno[t Jr CEO & President F�������iS � T � � /I ����i `w O ���.a�..• � . • � � ��`. �� ��� '4 ; O `. G��POR� fi�; ,.O f-- • w►►� � � ` �n7� ; —� � �. �i�ll�l� : O Lt� ., ,: � � +� ���������+�f�, h�1 ���i� ��aL ET4�'_.c��'�� Capitol Indemnity Corporation 1600 Aspen Commons, Middleton, W153562 IMPORTANT NOTICE - TEXAS To obtain information or make a complaint: • You may contact your company representati�e at 1-800-475-4450 • You may call Capitol Indemnity Corporation's tolf-free telephone number for infarmation or to make a complaint at: 1-800-475-4450 • You may also wriie to Capitol Indemnity Corporation at: Capitol Indemnity Corporation 1600 Aspen Commons Middleton, Wisconsin 53562 • You may contact the Texas Deparimer�t af Insurance to obtain information on compani�s, co�erages, rights or complaints at: 1-80d-252-3439 • You may write ths Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9�04 FAX # (512} 490-1007 Web: http:llwww.tdi.t�xas.qa� E-mail: ConsumerProtection tdi.texas. o� • PREMIUM OR CLAIM DISPUTES: Should you ha�e a dispute concerning yo�r premium or about a claim you should contact the agent or the company first. If the dispute is noi resofved, you may contact the Texas DeparEment of Insurance. • ATTACH THIS NOTICE TO YOUR P�LICY: This natice �s for infarmation only and does nat b�come a part or condition of the attached dacument. SGE 020 (06-16) O 2016 CapSpecialty, Inc. All rights reserved. Page 1 of i 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- 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CITY PROJECT NO. 101499 Revised December 20, 2012 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CITY PROJECT NO. 101499 Revised December 20, 2012 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CITY PROJECT NO. 101499 Revised December 20, 2012 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 SECTION 01 25 00 2 SUBSTITUTION PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 – General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. No 22 separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or catalog 31 numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, if a reduction in cost or time results, it will 46 be documented by Change Order. 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 4. Substitution will be rejected if: 2 a. Submittal is not through the Contractor with his stamp of approval 3 b. Request is not made in accordance with this Specification Section 4 c. In the Developer’s opinion, acceptance will require substantial revision of the 5 original design 6 d. In the City’s or Developer’s opinion, substitution will not perform adequately 7 the function consistent with the design intent 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. In making request for substitution or in using an approved product, the Contractor 13 represents that the Contractor: 14 1. Has investigated proposed product, and has determined that it is adequate or 15 superior in all respects to that specified, and that it will perform function for which it 16 is intended 17 2. Will provide same guarantee for substitute item as for product specified 18 3. Will coordinate installation of accepted substitution into Work, to include building 19 modifications if necessary, making such changes as may be required for Work to be 20 complete in all respects 21 4. Waives all claims for additional costs related to substitution which subsequently 22 arise 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED 9 ITEM 10 11 12 Proposed Substitution: 13 Reason for Substitution: 14 Include complete information on changes to Drawings and/or Specifications which proposed 15 substitution will require for its proper installation. 16 17 Fill in Blanks Below: 18 A. Will the undersigned contractor pay for changes to the building design, including engineering 19 and detailing costs caused by the requested substitution? 20 21 22 B. What effect does substitution have on other trades? 23 24 25 C. Differences between proposed substitution and specified item? 26 27 28 D. Differences in product cost or product delivery time? 29 30 31 E. Manufacturer's guarantees of the proposed and specified items are: 32 33 Equal Better (explain on attachment) 34 The undersigned states that the function, appearance and quality are equivalent or superior to the 35 specified item. 36 Submitted By: For Use by City 37 38 Signature Recommended Recommended 39 as noted 40 41 Firm Not recommended Received late 42 Address By 43 Date 44 Date Remarks 45 Telephone 46 47 For Use by City: 48 49 Approved Rejected 50 City Date 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the delivery of the 28 distribution package to the City. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Developer and Consultant 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 e. Other City representatives 2 f. Others as appropriate 3 4. Preliminary Agenda may include: 4 a. Introduction of Project Personnel 5 b. General Description of Project 6 c. Status of right-of-way, utility clearances, easements or other pertinent permits 7 d. Contractor’s work plan and schedule 8 e. Contract Time 9 f. Notice to Proceed 10 g. Construction Staking 11 h. Progress Payments 12 i. Extra Work and Change Order Procedures 13 j. Field Orders 14 k. Disposal Site Letter for Waste Material 15 l. Insurance Renewals 16 m. Payroll Certification 17 n. Material Certifications and Quality Control Testing 18 o. Public Safety and Convenience 19 p. Documentation of Pre-Construction Conditions 20 q. Weekend Work Notification 21 r. Legal Holidays 22 s. Trench Safety Plans 23 t. Confined Space Entry Standards 24 u. Coordination with the City’s representative for operations of existing water 25 systems 26 v. Storm Water Pollution Prevention Plan 27 w. Coordination with other Contractors 28 x. Early Warning System 29 y. Contractor Evaluation 30 z. Special Conditions applicable to the project 31 aa. Damages Claims 32 bb. Submittal Procedures 33 cc. Substitution Procedures 34 dd. Correspondence Routing 35 ee. Record Drawings 36 ff. Temporary construction facilities 37 gg. MBE/SBE procedures 38 hh. Final Acceptance 39 ii. Final Payment 40 jj. Questions or Comments 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 SECTION 01 32 33 2 PRECONSTRUCTION VIDEO 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Though not mandatory, it is highly recommended on infill developer projects. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 SECTION 01 33 00 2 DAP SUBMITTALS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) “By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City’s Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City’s Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City’s Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor’s risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City’s 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative’s then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City’s 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the Developer at least 7 Calendar Days prior to release for 49 manufacture. 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weight, Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 – General Requirements 24 3. Section 33 12 25 – Connection to Existing Water Mains 25 26 1.2 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 34 Specification 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 a. Notify the Texas Department of Transportation prior to commencing any work 40 therein in accordance with the provisions of the permit 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 b. All work performed in the TxDOT right-of-way shall be performed in 2 compliance with and subject to approval from the Texas Department of 3 Transportation 4 B. Work near High Voltage Lines 5 1. Regulatory Requirements 6 a. All Work near High Voltage Lines (more than 600 volts measured between 7 conductors or between a conductor and the ground) shall be in accordance with 8 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 9 2. Warning sign 10 a. Provide sign of sufficient size meeting all OSHA requirements. 11 3. Equipment operating within 10 feet of high voltage lines will require the following 12 safety features 13 a. Insulating cage-type of guard about the boom or arm 14 b. Insulator links on the lift hook connections for back hoes or dippers 15 c. Equipment must meet the safety requirements as set forth by OSHA and the 16 safety requirements of the owner of the high voltage lines 17 4. Work within 6 feet of high voltage electric lines 18 a. Notification shall be given to: 19 1) The power company (example: ONCOR) 20 a) Maintain an accurate log of all such calls to power company and record 21 action taken in each case. 22 b. Coordination with power company 23 1) After notification coordinate with the power company to: 24 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 25 lower the lines 26 c. No personnel may work within 6 feet of a high voltage line before the above 27 requirements have been met. 28 C. Confined Space Entry Program 29 1. Provide and follow approved Confined Space Entry Program in accordance with 30 OSHA requirements. 31 2. Confined Spaces include: 32 a. Manholes 33 b. All other confined spaces in accordance with OSHA’s Permit Required for 34 Confined Spaces 35 D. Use of Explosives, Drop Weight, Etc. 36 1. When Contract Documents permit on the project the following will apply: 37 a. Public Notification 38 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 39 prior to commencing. 40 2) Minimum 24 hour public notification in accordance with Section 01 31 13 41 E. Water Department Coordination 42 1. During the construction of this project, it will be necessary to deactivate, for a 43 period of time, existing lines. The Contractor shall be required to coordinate with 44 the Water Department to determine the best times for deactivating and activating 45 those lines. 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City’s representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor’s letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor’s foreman and phone number 29 f) Name of the City’s inspector and phone number 30 g) City’s after-hours phone number 31 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor’s letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 3) Date of the interruption of service 2 4) Period the interruption will take place 3 5) Name of the contractor’s foreman and phone number 4 6) Name of the City’s inspector and phone number 5 c. A sample of the temporary water service interruption notification is attached as 6 Exhibit B. 7 d. Deliver a copy of the temporary interruption notification to the City inspector 8 for review prior to being distributed. 9 e. No interruption of water service can occur until the flyer has been delivered to 10 all affected residents and businesses. 11 f. Electronic versions of the sample flyers can be obtained from the Project 12 Construction Inspector. 13 H. Coordination with United States Army Corps of Engineers (USACE) 14 1. At locations in the Project where construction activities occur in areas where 15 USACE permits are required, meet all requirements set forth in each designated 16 permit. 17 I. Coordination within Railroad Permit Areas 18 1. At locations in the project where construction activities occur in areas where 19 railroad permits are required, meet all requirements set forth in each designated 20 railroad permit. This includes, but is not limited to, provisions for: 21 a. Flagmen 22 b. Inspectors 23 c. Safety training 24 d. Additional insurance 25 e. Insurance certificates 26 f. Other employees required to protect the right-of-way and property of the 27 Railroad Company from damage arising out of and/or from the construction of 28 the project. Proper utility clearance procedures shall be used in accordance 29 with the permit guidelines. 30 2. Obtain any supplemental information needed to comply with the railroad’s 31 requirements. 32 J. Dust Control 33 1. Use acceptable measures to control dust at the Site. 34 a. If water is used to control dust, capture and properly dispose of waste water. 35 b. If wet saw cutting is performed, capture and properly dispose of slurry. 36 K. Employee Parking 37 1. Provide parking for employees at locations approved by the City. 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 EXHIBIT A 2 (To be printed on Contractor’s Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised August 30, 2013 1 EXHIBIT B 2 3 4 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City’s document management system, or another form of distribution approved by the City. 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 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 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised JULY 1, 2011 1 SECTION 01 50 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 – General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City’s Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised JULY 1, 2011 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City’s 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised JULY 1, 2011 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised JULY 1, 2011 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised July 1, 2011 1 SECTION 01 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 – General Requirements 15 3. Section 34 71 13 – Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised July 1, 2011 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor’s responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised July 1, 2011 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised July 1, 2011 1 SECTION 01 57 13 2 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 – General Requirements 13 3. Section 31 25 00 – Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised July 1, 2011 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 31 25 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 31 25 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised July 1, 2011 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. C. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 SECTION 01 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer’s recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer’s recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City’s Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City’s Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers’ unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City’s Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City’s 38 Project Representative. 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 1 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor’s personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor’s operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor’s personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor’s operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor’s personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor’s personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor’s personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor’s 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor’s personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor’s 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor’s personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 – General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under “Measurement” will be paid for at the unit 40 price per each “Specified Remobilization” in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under “Measurement” will be paid for at the unit 14 price per each “Work Order Mobilization” in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under “Measurement” will be paid for at the unit 29 price per each “Work Order Emergency Mobilization” in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 7 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 101499 Revised February 14, 2018 SECTION 01 71 231 CONSTRUCTION STAKING AND SURVEY2 PART 1 -GENERAL3 1.1 SUMMARY4 A.Section Includes:5 1. Requirements for construction staking and construction survey6 B.Deviations from this City of Fort Worth Standard Specification7 1. See Changes (Highlighted in Yellow).8 C.Related Specification Sections include, but are not necessarily limited to:9 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract10 2.Division 1 – General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES12 A.Measurement and Payment13 1.Construction Staking14 a.Measurement15 1)Measurement for this Item shall be by lump sum.16 b.Payment17 1)The work performed and the materials furnished in accordance with this18 Item shall be paid for at the lump sum price bid for “Construction Staking”.19 2)Payment for “Construction Staking” shall be made in partial payments20 prorated by work completed compared to total work included in the lump21 sum item.22 c. The price bid shall include, but not be limited to the following:23 1)Verification of control data provided by Developer’s Project24 Representative.25 2)Placement, maintenance and replacement of required stakes and markings26 in the field.27 3)Preparation and submittal of construction staking documentation in the28 form of “cut sheets” using the City’s standard template.29 2.Construction Survey30 a.Measurement31 1)This Item is considered subsidiary to the various Items bid.32 b.Payment33 1)The work performed and the materials furnished in accordance with this34 Item are subsidiary to the various Items bid and no other compensation will be35 allowed.36 3.As-Built Survey37 a.Measurement38 1)Measurement for this Item shall be by subsidiary.39 b.Payment40 1)The work performed and the materials furnished in accordance with this41 Item shall be paid for at the subsidiary price bid for “As-Built Survey”.42 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 101499 Revised February 14, 2018 2)Payment for “Construction Staking” shall be made in partial payments1 prorated by work completed compared to total work included in the2 subsidiary item.3 c.The price bid shall include, but not be limited to the following::4 1)Field measurements and survey shots to identify location of completed5 facilities.6 2)Documentation and submittal of as-built survey data onto contractor redline7 plans and digital survey files.8 9 1.3 REFERENCES10 A.Definitions11 1.Construction Survey - The survey measurements made prior to or while12 construction is in progress to control elevation, horizontal position, dimensions and13 configuration of structures/improvements included in the Project Drawings.14 2.As-built Survey –The measurements made after the construction of the15 improvement features are complete to provide position coordinates for the features16 of a project.17 3.Construction Staking – The placement of stakes and markings to provide offsets18 and elevations to cut and fill in order to locate on the ground the designed19 structures/improvements included in the Project Drawings. Construction staking20 shall include staking easements and/or right of way if indicated on the plans.21 4.Survey “Field Checks” – Measurements made after construction staking is22 completed and before construction work begins to ensure that structures marked on23 the ground are accurately located per Project Drawings.24 B.Technical References25 1.City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw26 website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards27 2.City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available28 on City’s Buzzsaw website).29 3.Texas Department of Transportation (TxDOT) Survey Manual, latest revision30 4.Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land31 Surveying in the State of Texas, Category 532 33 1.4 ADMINISTRATIVE REQUIREMENTS34 A.The Contractor’s selection of a surveyor must comply with Texas Government35 Code 2254 (qualifications based selection) for this project.36 1.5 SUBMITTALS37 A.Submittals, if required, shall be in accordance with Section 01 33 00.38 B.All submittals shall be received and reviewed by the City prior to delivery of work.39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS40 A.Field Quality Control Submittals41 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 101499 Revised February 14, 2018 1. Documentation verifying accuracy of field engineering work, including coordinate1 conversions if plans do not indicate grid or ground coordinates.2 2.Submit “Cut-Sheets” conforming to the standard template provided by the City3 (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).4 1.7 CLOSEOUT SUBMITTALS5 B. As-built Redline Drawing Submittal6 1.Submit As-Built Survey Redline Drawings documenting the locations/elevations of7 constructed improvements signed and sealed by Registered Professional Land8 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A9 – Survey Staking Standards) .10 2.Contractor shall submit the proposed as-built and completed redline drawing11 submittal one (1) week prior to scheduling the project final inspection for City12 review and comment. Revisions, if necessary, shall be made to the as-built redline13 drawings and resubmitted to the City prior to scheduling the construction final14 inspection.15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]16 1.9 QUALITY ASSURANCE17 A.Construction Staking18 1.Construction staking will be performed by the Contractor.19 2.Coordination20 a.Contact City and Developer’s Project Representative at least one week in21 advance notifying the City of when Construction Staking is scheduled.22 b.It is the Contractor’s responsibility to coordinate staking such that23 construction activities are not delayed or negatively impacted.24 3.General25 a.Contractor is responsible for preserving and maintaining stakes. If City26 surveyors or Developer’s Project Representative are required to re-stake for27 any reason, the Contractor will be responsible for costs to perform staking. If28 in the opinion of the City, a sufficient number of stakes or markings have been29 lost, destroyed disturbed or omitted that the contracted Work cannot take place30 then the Contractor will be required to stake or re-stake the deficient areas.31 B.Construction Survey32 1.Construction Survey will be performed by the Contractor.33 2.Coordination34 a.Contractor to verify that horizontal and vertical control data established in the35 design survey and required for construction survey is available and in place.36 3.General37 a.Construction survey will be performed in order to construct the work shown38 on the Construction Drawings and specified in the Contract Documents.39 b.For construction methods other than open cut, the Contractor shall perform40 construction survey and verify control data including, but not limited to, the41 following:42 1)Verification that established benchmarks and control are accurate.43 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 101499 Revised February 14, 2018 2)Use of Benchmarks to furnish and maintain all reference lines and grades1 for tunneling.2 3)Use of line and grades to establish the location of the pipe.3 4)Submit to the City copies of field notes used to establish all lines and4 grades, if requested, and allow the City to check guidance system setup prior5 to beginning each tunneling drive.6 5)Provide access for the City, if requested, to verify the guidance system and7 the line and grade of the carrier pipe.8 6)The Contractor remains fully responsible for the accuracy of the work and9 correction of it, as required.10 7)Monitor line and grade continuously during construction.11 8)Record deviation with respect to design line and grade once at each pipe12 joint and submit daily records to the City.13 9)If the installation does not meet the specified tolerances (as outlined in14 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct15 the installation in accordance with the Contract Documents.16 C. As-Built Survey17 1.Required As-Built Survey will be performed by the Contractor.18 2.Coordination19 a.Contractor is to coordinate with City to confirm which features require as-20 built surveying.21 b.It is the Contractor’s responsibility to coordinate the as-built survey and22 required measurements for items that are to be buried such that construction23 activities are not delayed or negatively impacted.24 c.For sewer mains and water mains 12” and under in diameter, it is acceptable25 to physically measure depth and mark the location during the progress of26 construction and take as-built survey after the facility has been buried. The27 Contractor is responsible for the quality control needed to ensure accuracy.28 3.General29 a.The Contractor shall provide as-built survey including the elevation and30 location (and provide written documentation to the City) of construction31 features during the progress of the construction including the following:32 1)Water Lines33 a)Top of pipe elevations and coordinates for waterlines at the following34 locations:35 (1)Minimum every 250 linear feet, including36 (2)Horizontal and vertical points of inflection, curvature,37 etc.38 (3)Fire line tee39 (4)Plugs, stub-outs, dead-end lines40 (5)Casing pipe (each end) and all buried fittings41 2)Sanitary Sewer42 a)Top of pipe elevations and coordinates for force mains and siphon43 sanitary sewer lines (non-gravity facilities) at the following locations:44 (1)Minimum every 250 linear feet and any buried fittings45 (2)Horizontal and vertical points of inflection, curvature,46 etc.47 3)Stormwater – Not Applicable48 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 101499 Revised February 14, 2018 b.The Contractor shall provide as-built survey including the elevation and1 location (and provide written documentation to the City) of construction2 features after the construction is completed including the following:3 1)Manholes4 a)Rim and flowline elevations and coordinates for each manhole5 2)Water Lines6 a)Cathodic protection test stations7 b)Sampling stations8 c)Meter boxes/vaults (All sizes)9 d)Fire hydrants10 e)Valves (gate, butterfly, etc.)11 f)Air Release valves (Manhole rim and vent pipe)12 g)Blow off valves (Manhole rim and valve lid)13 h)Pressure plane valves14 i)Underground Vaults15 (1)Rim and flowline elevations and coordinates for each16 Underground Vault.17 3)Sanitary Sewer18 a)Cleanouts19 (1)Rim and flowline elevations and coordinates for each20 b)Manholes and Junction Structures21 (1)Rim and flowline elevations and coordinates for each22 manhole and junction structure.23 4)Stormwater – Not Applicable24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]25 1.11 FIELD [SITE] CONDITIONS [NOT USED]26 1.12 WARRANTY27 PART 2 -PRODUCTS28 A.A construction survey will produce, but will not be limited to:29 1.Recovery of relevant control points, points of curvature and points of intersection.30 2.Establish temporary horizontal and vertical control elevations (benchmarks)31 sufficiently permanent and located in a manner to be used throughout construction.32 3.The location of planned facilities, easements and improvements.33 a.Establishing final line and grade stakes for piers, floors, grade beams, parking34 areas, utilities, streets, highways, tunnels, and other construction.35 b.A record of revisions or corrections noted in an orderly manner for reference.36 c.A drawing, when required by the client, indicating the horizontal and vertical37 location of facilities, easements and improvements, as built.38 4.Cut sheets shall be provided to the City inspector and Survey Superintendent for all39 construction staking projects. These cut sheets shall be on the standard city template40 which can be obtained from the Survey Superintendent (817-392-7925).41 5.Digital survey files in the following formats shall be acceptable:42 a. AutoCAD (.dwg)43 b.ESRI Shapefile (.shp)44 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 101499 Revised February 14, 2018 c.CSV file (.csv), formatted with X and Y coordinates in separate columns (use1 standard templates, if available)2 6. Survey files shall include vertical and horizontal data tied to original project3 control and benchmarks, and shall include feature descriptions4 PART 3 -EXECUTION5 3.1 INSTALLERS6 A.Tolerances:7 1.The staked location of any improvement or facility should be as accurate as8 practical and necessary. The degree of precision required is dependent on many9 factors all of which must remain judgmental. The tolerances listed hereafter are10 based on generalities and, under certain circumstances, shall yield to specific11 requirements. The surveyor shall assess any situation by review of the overall plans12 and through consultation with responsible parties as to the need for specific13 tolerances.14 a.Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical15 tolerance. Horizontal alignment for earthwork and rough cut should not exceed16 1.0 ft. tolerance.17 b.Horizontal alignment on a structure shall be within .0.1ft tolerance.18 c.Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and19 walkways shall be located within the confines of the site boundaries and,20 occasionally, along a boundary or any other restrictive line. Away from any21 restrictive line, these facilities should be staked with an accuracy producing no22 more than 0.05ft. tolerance from their specified locations.23 d.Underground and overhead utilities, such as sewers, gas, water, telephone and24 electric lines, shall be located horizontally within their prescribed areas or25 easements. Within assigned areas, these utilities should be staked with an26 accuracy producing no more than 0.1 ft tolerance from a specified location.27 e.The accuracy required for the vertical location of utilities varies widely. Many28 underground utilities require only a minimum cover and a tolerance of 0.1 ft.29 should be maintained. Underground and overhead utilities on planned profile,30 but not depending on gravity flow for performance, should not exceed 0.1 ft.31 tolerance.32 B.Surveying instruments shall be kept in close adjustment according to manufacturer’s33 specifications or in compliance to standards. The City reserves the right to request a34 calibration report at any time and recommends regular maintenance schedule be35 performed by a certified technician every 6 months.36 1.Field measurements of angles and distances shall be done in such fashion as to37 satisfy the closures and tolerances expressed in Part 3.1.A.38 2.Vertical locations shall be established from a pre-established benchmark and39 checked by closing to a different bench mark on the same datum.40 3.Construction survey field work shall correspond to the client’s plans. Irregularities41 or conflicts found shall be reported promptly to the City.42 4.Revisions, corrections and other pertinent data shall be logged for future reference.43 44 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 101499 Revised February 14, 2018 3.2 EXAMINATION [NOT USED]1 3.3 PREPARATION [NOT USED]2 3.4 APPLICATION3 3.5 REPAIR / RESTORATION4 A.If the Contractor’s work damages or destroys one or more of the control5 monuments/points set by the City or Developer’s Project Representative, the monuments6 shall be adequately referenced for expedient restoration.7 1.Notify City or Developer’s Project Representative if any control data needs to be8 restored or replaced due to damage caused during construction operations.9 a.Contractor shall perform replacements and/or restorations.10 b.The City or Developer’s Project Representative may require at any time a11 survey “Field Check” of any monument or benchmarks that are set be verified12 by the City surveyors or Developer’s Project Representative before further13 associated work can move forward.14 3.6 RE-INSTALLATION [NOT USED]15 3.7 FIELD [OR] SITE QUALITY CONTROL16 A.It is the Contractor’s responsibility to maintain all stakes and control data placed by the17 City or Developer’s Project Representative in accordance with this Specification. This18 includes easements and right of way, if noted on the plans.19 B.Do not change or relocate stakes or control data without approval from the City.20 3.8 SYSTEM STARTUP21 A.Survey Checks22 1.The City reserves the right to perform a Survey Check at any time deemed23 necessary.24 2.Checks by City personnel or 3rd party contracted surveyor are not intended to25 relieve the contractor of his/her responsibility for accuracy.26 27 3.9 ADJUSTING [NOT USED]28 3.10 CLEANING [NOT USED]29 3.11 CLOSEOUT ACTIVITIES [NOT USED]30 3.12 PROTECTION [NOT USED]31 3.13 MAINTENANCE [NOT USED]32 3.14 ATTACHMENTS [NOT USED]33 END OF SECTION34 35 Revision Log 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 101499 Revised February 14, 2018 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format 1 K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 26 Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 26 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 26 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS RED POTABLE WATER BLUE GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER GREEN IRRIGATION AND RECLAIMED WATER PURPLE III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred)6" tall Pin Flags (2.5" x 3.5" preferred)21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2” or greater diameter)18” long Survey Marking Paint Water-based Flagging 1" wide Marking Whiskers (feathers)6" long Tacks (for marking hubs)3/4" long K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 26 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for ‘Zoning Maps’. Under ‘Layers’ , expand ‘Basemap Layers’, and check on ‘Benchmarks’. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25’ or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, ‘X’ in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked ‘control point’ or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. – If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=0 C. Geoid model used, Example: GEOID12A K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 26 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City’s preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic False_Easting: 1968500.00000000 False_Northing: 6561666.66666667 Central_Meridian: -98.50000000 Standard_Parallel_1: 32.13333333 Standard_Parallel_2: 33.96666667 Latitude_Of_Origin: 31.66666667 Linear Unit: Foot_US Geographic Coordinate System: GCS_North_American_1983 Datum: D_North_American_1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format .txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234_As-built of Water on Main Street_Grid NAD83 TXSP 4202.csv K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 26 File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv Example Control Stakes K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 26 V. Water Staking Standards K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 26 A. Centerline Staking – Straight Line Tangents I. Offset lath/stakes every 200’ on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12” diameter pipes or smaller IV. Grade to flow line (F/L) for 16” and larger diameter pipes V. Grade should be 3.50’ below the proposed top of curb line for 10” and smaller diameter pipes VI. Grade should be 4.00’ below the proposed top of curb line for 12” and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval II. Same grading guidelines as above III. Staking of radius points of greater than 100’ may be omitted C. Water Meter Boxes I. 7.0’ perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0’ behind the proposed face of curb III. Meter should be staked a minimum of 4.5’ away from the edge of a driveway IV. Grade is to top of box and should be +0.06’ higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0’ behind proposed face of curb II. Survey offset stake should be 7.0’ from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 26 VI. Sanitary Sewer Staking K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 26 A. Centerline Staking – Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400’ or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking – Curves I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval II. Staking of radius points of greater than 100’ may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 26 Example Sanitary Sewer Stakes K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 26 VII. Storm Sewer & Inlet Staking A. Centerline Staking – Straight Line Tangents I. 1 offset stake every 200’ on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking – Curves I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval II. Staking of radius points of greater than 100’ may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10’ Inlet = 16.00’ total length III. Recessed 10’ Inlet = 20.00’ total length IV. Standard double 10’ inlet = 26.67’ total length V. Recessed double 10’ inlet = 30.67’ total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 26 Example Storm Inlet Stakes K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 26 VIII. Curb and Gutter Staking A. Centerline Staking – Straight Line Tangents V. 1 offset stake every 50’ on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking – Curves III. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval IV. Staking of radius points of greater than 100’ may be omitted K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 26 Example Curb & Gutter Stakes Example Curb & Gutter Stakes at Intersection K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 26 K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 26 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet Date: City Project Number: Project Name: Staking Method: GPS  TOTAL STATION  OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. OFFSET PROP.STAKEDPT #STATION -LT/+RT DESCRIPTION GRADE ELEV.- CUT + FILL K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 26 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City’s GIS data and must be in the proper format when submitted. See section IV. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 26 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write “NOT FOUND” to notify the City. K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 26 K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 26 K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 26 K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 26 K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 26 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 26 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. K:\FTW_Civil\064403809 - Commerce Residential\Project Manual\Word\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 SECTION 01 74 23 2 CLEANING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re-seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 26 that may hinder or disrupt the flow of traffic along the roadway. 27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 28 junction boxes and inlets. 29 4. If no longer required for maintenance of erosion facilities, and upon approval by 30 City, remove erosion control from site. 31 5. Clean signs, lights, signals, etc. 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 38 39 40 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 3 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 SECTION 01 77 19 2 CLOSEOUT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City’s Project Representative. 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) 11 f. Contractor’s Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 29 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 SECTION 01 78 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 ½ inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer’s printed data, or neatly typewritten 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 8 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City’s Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum clearly mark any deviations from Contract Documents 11 associated with installation of the infrastructure. 12 4. Making entries on Drawings 13 a. Record any deviations from Contract Documents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15 change by graphic line and note as required. 16 c. Date all entries. 17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 5. Conversion of schematic layouts 21 a. In some cases, on the Drawings, arrangements of conduits, circuits, piping, 22 ducts, and similar items, are shown schematically and are not intended to 23 portray precise physical layout. 24 1) Final physical arrangement is determined by the Contractor, subject to the 25 City's approval. 26 2) However, design of future modifications of the facility may require 27 accurate information as to the final physical layout of items which are 28 shown only schematically on the Drawings. 29 b. Show on the job set of Record Drawings, by dimension accurate to within 1 30 inch, the centerline of each run of items. 31 1) Final physical arrangement is determined by the Contractor, subject to the 32 City's approval. 33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 34 ceiling plenum", "exposed", and the like). 35 3) Make all identification sufficiently descriptive that it may be related 36 reliably to the Specifications. 37 c. The City may waive the requirements for conversion of schematic layouts 38 where, in the City's judgment, conversion serves no useful purpose. However, 39 do not rely upon waivers being issued except as specifically issued in writing 40 by the City. 41 B. Final Project Record Documents 42 1. Transfer of data to Drawings 43 a. Carefully transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as required. 45 b. Clearly indicate at each affected detail and other Drawing a full description of 46 changes made during construction, and the actual location of items. 47 c. Call attention to each entry by drawing a "cloud" around the area or areas 48 affected. 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH IPRC19-0156 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 101499 Revised April 7, 2014 1 d. Make changes neatly, consistently and with the proper media to assure 2 longevity and clear reproduction. 3 2. Transfer of data to other Documents 4 a. If the Documents, other than Drawings, have been kept clean during progress of 5 the Work, and if entries thereon have been orderly to the approval of the City, 6 the job set of those Documents, other than Drawings, will be accepted as final 7 Record Documents. 8 b. If any such Document is not so approved by the City, secure a new copy of that 9 Document from the City at the City's usual charge for reproduction and 10 handling, and carefully transfer the change data to the new copy to the approval 11 of the City. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application 24 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities CG-6.09 Permits and Utilities GR-01 60 00 Product Requirements ��� � ENGIf�EERiFtG February 12, 2019 Mr. Westley Hinton, P.E. Structural Consultant Associates, Inc. 12511 Emily Court Sugar Land, Texas 77478 Re: Geotechnical Engineering Report Addendum 32 Story Residential Tower Fort Worth, Texas Rone Project No. 17-22189 Dear Mr. Hinton: GEOTECHNICAL ENGINEERING ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIAL TESTING Rone Engineering Services, Ltd. (Rone) has been requested to provide drilled shaft foundation recommendations for the proposed residential structure. This request was made by Mr. Westley Hinton, P.E. in a teleconference with Mr. John A. Focht III, P.E. with Rone. Based on information provided, we understand that the below-grade parking is no longer planned, and a 24-story structure at the existing grade supported on a drilled shaft foundation system is planned. We further understand that the gross end-bearing and skin friction capacity of at least 70 ksf and 10.5 ksf, respectively, is desired. This letter should be considered as an addendum to the referenced Geotechnical Engineering Report No. 17-22189, dated March 27, 2018, and should not be considered separately from the geotechnical report. The following recommendations have been prepared with these considerations in mind. Straight-Sided Drilled Shafts The structures may be supported on auger-excavated, straight-sided, cast-in-place concrete shafts bearing within competent gray limestone at least 50 feet below the existing ground surface. Based on the Rock Quality Designation (RQD) results, visual observations, and unconfined compression (UC) tests performed on rock cores, borings B-3 and B-5 indicated the drilled shaft may bear at a shallower depth, but the conditions encountered in borings B-1, B-2, and B-4 indicated that to achieve the desired end-bearing and side friction capacity, the drilled shaft should bear at a minimum depth of 50 feet below the existing grade. The lower values observed in those borings may be due to the rock being jointed or weathered, and/or may be due to possible dark gray marl seams encountered within the gray limestone. Straight-sided drilled shafts may be designed based on the following recommendations. DALLAS � FORT WORTH � AUSTIN � HOUSTON 3201 NE LooP 820, Su�TE 180 � FORT WORTH, TEx,�,s 76137 � TE�: 817.717.1040 Geotechnical Engineering Report Addendum 32 Story Residential Tower Rone Project No. 17-22189 Page 2 Drilled Shaft Recommendations Bearing Stratum Approximate Depth of Bearing Stratum (feet) Minimum Penetration into Bearing Stratum (feet) Minimum Shaft Length (feet) Allowable Bearing Capacity (psf) z Allowable Skin Friction (psfl 3 Gray Limestone 50 21 50 70,000 10,500 1. Or one shaft diameter, whichever is greater. 2. At or below the minimum penetration depth into the bearing stratum. 3. For portions of the shaft five (5) feet below the existing grade. For constructability, we recommend that shafts have a minimum diameter of 18 inches. Adjacent shafts should have a minimum center-to-center spacing of three diameters (based on the larger shaft). Reduced spacing could result in reduced capacity for both uplift forces and gravity forces. Rone should be contacted to review reduced shaft spacing on a case-by-case basis. Lateral Design Considerations for Drilled Shafts Lateral load analysis should be performed for drilled shafts subjected to horizontal loads. Drilled shafts will provide lateral load capacity from the passive soil resistance developed on the side of the shafts. The lateral load analysis can be performed using computer programs such as L-PILE. The upper 5 feet of soils should be neglected for lateral support. The following input data can be used for the L-PILE analysis. L-PILE Input Parameters for P-Y Curves Material Description Tan Weathered Limestone Gray Limestone Qu (psi) K-rm 100 0.0005 700 0.0003 E(psi) Unit Weight (pc� 15,000 130 105,000 140 For lateral loads, Rone recommends using the reduction factors (p-multipliers) presented in "Drilled Shafts: Construction Procedures and Design Methods" published by the Federal Highway Administration (FHWA). The reduction factors depend on their relative position within the group. It should be noted that factors of safety are not generally applied to the lateral load analysis. A performance criteria, or "limit state" is usually considered. Geotechnical Engineering Report Addendum 32 Story Residential Tower Rone Project No. 17-22189 Page 3 Construction Considerations for Drilled Shafts Drilled shaft construction should begin after final grades are achieved. The construction of all drilled shafts should be observed by experienced geotechnical personnel during construction to assure compliance with design assumptions and to confirm: • shafts are plumb and within the acceptable tolerance • minimum penetration into the limestone or below the bottom of the casing (if needed), whichever is deeper, is achieved • groundwater seepage is correctly handled • sides of shaft are not sloughing or caving • bearing surface is clean. Groundwater seepage was not encountered in the boring at the time of our field exploration. The risk of encountering groundwater seepage is increased during or after periods of precipitation. The need for casings should be determined during construction based on the conditions encountered during the shaft excavations. Reinforcing steel cages and concrete should be placed in the shafts immediately after the excavation has been completed, dewatered, cleaned and observed. Complete installation of individual shafts should be accomplished within 4 hours of the excavation. Prolonged air exposure or inundation of the shaft and bearing surface with groundwater could deteriorate the exposed materials. Rone should be contacted if groundwater is encountered during construction. When pulling the casing, a full head of concrete should be maintained within the casing. In no case should water be allowed to infiltrate the concrete of the shaft. Vibratory removal is required for friction shafts. Complete installation of a shaft should be accomplished before beginning another excavation, with a 48-hour delay between shafts closer than four diameters, center-to-center. Concrete should have a slump between 8 and 10 inches and should not be allowed to strike the shaft sidewall or steel reinforcement during placement. Mushrooming of the shafts should not be allowed since this condition will result in a significant increase in uplift forces acting on the shaft. All other comments and recommendations contained in the referenced geotechnical report remain unchanged. Thank you for the opportunity to provide additional services to you for this project. Please call if you have any questions regarding this letter. —l���������'1 _ �p,•��,�.... � �� •+9 + Respectfully submitted, � �;' � '`;s � - - , � _ i Bishal Thapalia, .L�s Geotechnical Engineer �. /N��N�M�Nr .. . ....�N�� �•���• �' � *- f ��- �'; 60313 : �r� f� ) /j ; � ����,-'�" f , / -p . +� �j / o�;.<, �o.• �,.. ,. �� � , h �s. ,���5,. G,� ';� John A. Focht, III, P.E. (�����"` `�� q ✓ Technical Director p2.a.z•zo�' Texas Engineering Firm License No. F-1572 RO N � N G I N E E R �_ GEOTECHNICAL ENGINEERING REPORT 32 STORY RESIDENTIAL TOWER FORT WORTH, TEXAS Prepared For.• Southern Land Company 4514 Cole Avenue, Suite 810 Dallas, Texas 75205 Attn: Mr. Jeremy Cyr March 2018 PROJECT NO. 17-22189 www.roneengineers.com RONE ENGINEERING March 27, 2018 Mr. Jeremy Cyr Southern Land 4514 Cole Avenue, Suite 810 Dallas, Texas 75205 Re: Geotechnical Engineering Report 32 Story Residential Tower Fort Worth, Texas Rone Report No. 17-22189 Dear Mr. Cyr: GEOTECHNICAL ENGINEERING ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIAL TESTING Rone Engineering Services, Ltd. (Rone) is pleased to submit our Final Geotechnical Engineering Report for the above referenced project. The geotechnical engineering services performed for this study were carried out in general accordance with Rone Proposal No. P-24015-17 dated July 18, 2017. This report presents engineering analyses and recommendations for site grading and the building foundation with respect to available project characteristics. Results of our field exploration and laboratory testing are shown in detail in the appendix section of the study. We appreciate the continued opportunity to be of service to you on this project and look forward to providing additional Geotechnical Engineering and Construction Materials Testing services as the project progresses through the detailed design and construction phases. Please contact us if you have any questions or if we can be of further assistance. RespectFully Submitted, � � `���� Kim L. Macy, S.E.T., DB Vice President — Geotechnical Director Texas Engineering Firm License No. F-1572 l�.�`�`�\� �! � °F r��1 �`� a+' .,.. ' �;�� l�� .!) ✓ a -- r � ''7� � ..� , t r � ;� � F � �r.� ,� �.� `;<<,, �-., �, , � l�"- �� r r:�i� ' ,� John A. Focht, (II, P.E. ;1` Technical Director DALLAS � FORT WORTH � AUSTIN � SAN ANTONIO � HOUSTON ► ��� .Z�y$ o� � 3201 NE LooP 820, SUITE 180 � FORT WORTH, TEXAS 76137 � TE�: 817.717.1040 ������������������������������������������������, 1 INTRODUCTION .................................................................................................................... 1 2 PURPOSES AND SCOPE OF STUDY ................................................................................... 2 3 FIELD OPERATIONS AND LABORATORY TESTING .......................................................... 2 4 GENERAL SITE CONDITIONS .............................................................................................. 3 4.1 Site Geology .................................................................................................................... 3 4.1.1 Fort Worth Limestone and Duck Creek, undivided (Kfd) ............................................ 3 4.2 Subsurface Soil Conditions .............................................................................................. 3 4.3 Groundwater .................................................................................................................... 4 5 ANALYSIS AND RECOMMENDATIONS ............................................................................... 5 5.1 Seismic Site Class ........................................................................................................... 5 5.2 Potential Vertical Rise ...................................................................................................... 5 5.3 Excavation Safety Considerations .................................................................................... 5 5.4 Foundation Recommendations ......................................................................................... 5 5.4.1 Mat Foundation ......................................................................................................... 6 5.4.1.1 Settlement Analysis -------------------------------------------------------------------------------------------- 6 5.4.2 Permanent Dewatering .............................................................................................. 7 6 SITE PREPARATION AND FILL PLACEMENT ..................................................................... 8 6.1 General ............................................................................................................................ $ 6.2 Site Preparation ............................................................................................................... 9 6.3 Density Tests ..................................................................................................................10 6.4 Site Grading ....................................................................................................................11 6.5 Utility Backfill ...................................................................................................................11 6.6 Construction Observations ..............................................................................................12 7 STUDY CLOSURE ................................................................................................................12 8 COPYRIGHT 2018 RONE ENGINEERING SERVICES, LTD . ...............................................13 APPENDIX A Plate VICINITYMAP ............................................................................................. ..................................... ......A.1 GEOLOGYMAP .......................................................................................................................................A.2 BORING LOCATION DIAGRAM ................................................................................................................................ A.3 LOGSOF BORING ..............................................................................................................................................A.4-A.8 KEY TO CLASSIFICATIONS AND SYMBOLS -�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�---------- A-9 UNIFIED SOIL CLASSIFICATIONS AND SYMBOLS .............................................................................................. A.10 SWELL TEST RESULTS-------------------------------------�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�-�--------A.11 APPENDIX B Paqe FIELDOPERATIONS ...........................................................................................................................B-1 LABORATORY TESTING ......................................................................................................................B-2 APPENDIX C IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT ................................C-1 RON� GEOTECHNICAL ENGINEERING REPORT 1 INTRODUCTION This report presents our geotechnical study for the 32 story residential tower. The project site is located northeast of the intersection of 9th Street and Commerce Avenue in Fort Worth, Texas. This study was performed based on the Scope of Services presented in our Proposal No. P- 24015-17, dated July 18, 2017. We understand that the project consists of developing a 32 story residential tower. The structure will be "L" shaped and immediately adjacent to the existing Billy Miner's Building on the northeastern corner of the block. The parking garage will consist of two below grade levels while the remaining 30 levels will be comprised of residential apartments. Based on prior discussions with the design team, the support for the structure will likely be a mat foundation. While structural loads were not provided, it is anticipated that column loads will be less than 7,000 kips. If greater loads are expected, these should be discussed prior to final design. At the time of the field exploration, the site was an active parking lot with an asphalt surface. Grading plans were not provided but a 20 to 25 foot cut is expected to accommodate the below grade parking garage. Soil retention systems will be necessary to support Billy Miner's existing foundation system as well as the encompassing roadways (Calhoun Street, East 9th Street and Commerce Street). Additionally, underground utilities beneath the roadways will need to be supported and considered. Soil retention system recommendations are outside of our Scope of Services; however, we would be pleased to provide these recommendations, if desired by the Owner. A site vicinity map and geology map are attached as Plates A.1 and A.2, respectively. The general location and orientation of the site are shown on the Boring Location Diagram, Plate A.3, in Appendix A of this study. RON� 2 PURPOSES AND SCOPE OF STUDY The principal purposes of this study are to evaluate the general soil and rock conditions at the proposed site and to develop geotechnical recommendations for the design and construction of the foundation. To accomplish its intended purposes, the study was conducted in the following phases: Borings were drilled and sampled to evaluate the soil and rock conditions at the boring locations and to obtain soil and rock samples. Laboratory tests were conducted on selected samples recovered from the borings to establish the pertinent engineering characteristics of the foundation soils and rock. Engineering analyses were performed using field and laboratory data, to develop foundation design recommendations. 3 FIELD OPERATIONS AND LABORATORY TESTING The borings were located in the field by Rone Engineering personnel with measurements taken from site landmarks and using an aerial photograph of the site. These locations were not surveyed. The locations are accurate only to the extent implied by the technique used in their determination. Soil and rock conditions were evaluated by drilling and sampling a total of five borings utilizing a truck-mounted drilling rig. These borings were drilled between September 30 and October 21, 2017. The approximate boring locations are shown on Plate A.3, Boring Location Diagram. Sample depth, description of soils, and classification (based on the Unified Soil Classification System) are presented on the Logs of Boring, Plates A.4 and A.8. Keys to terms and symbols used on the logs are shown on Plates A.9 and A.10. Laboratory soil tests were performed on selected samples recovered from the borings to confirm visual classification and determine the pertinent engineering properties of the soils encountered. Classification test results are presented on the Logs of Boring. Descriptions of the procedures used in the field and laboratory phases of this study are presented in the Appendix of this report. RON� 4 GENERAL SITE CONDITIONS 4.1 Site Geology Based on the subsurface conditions encountered in the borings and the Geologic Atlas of Texas, Dallas Sheet (published by the Bureau of Economic Geology), the site appears to be mapped within the Fort Worth Limestone and Duck Creek, undivided Formation. The USGS Mineral Resources On-Line Spatial Data reference contains the following description: 4.1.1 Fort Worth Limestone and Duck Creek, undivided (Kfd) Fort Worth Limestone - limestone and clay. Limestone is aphanitic to biosparite, burrowed; marine megafossils are Pecten, oysters, echinoids and ammonites. Clay, calcareous, in units 0.1-5 feet thick, forms low rolling hills. Thickness 25 to 35 feet. Duck Creek Limestone - limestone and marl. Limestone medium bedded, nodular to wavy bedded; thickness 25 to 30 feet. Please note that the geologic mapping was originally performed using aerial photography. Local variations and anomalies do occur. 4.2 Subsurface Soil Conditions The various strata and their approximate depths and thickness are shown on the Logs of Boring. The stratification boundaries shown on the Logs of Boring represent the approximate locations of changes in types of soil and rock; in-situ, the transition between material types may be gradual and indistinct. A brief summary of the stratigraphy indicated by the borings is given below. This study was not performed in an effort to provide the contractor with information guidance in evaluating the rippability or excavatability of the subsurface materials at this site and may lead to incorrect conclusions if used for that purpose. Portions of the rock on this site are quite strong, and the rock is believed to be relatively massive, generally consistent in strength and largely unfractured. Excavation contractors should perform their own independent assessment of the rippability and excavatability of the rock at this site as part of their own cost estimating prior to bidding. RON� The encountered subsurface soils can be generalized as flexible base material, select fill soils and expansive clays. Generally, the upper soils appear to be fill and are clayey sands and lean clays (SC and CL) which are reddish brown and dark brown in color. Underlying the surficial clays is tan weathered limestone and gray limestone with marl seams to termination depths of 70 feet. The plasticity index (PI) of the cohesive samples tested varied from 14 to 22, indicating a low to moderate soil plasticity. A high plasticity index is generally associated with an increased potential for active clayey soils to shrink and swell with changes in moisture content. The unconfined compressive strength of the rock tested ranged from 10,290 to 1,931,480 psf. The tested samples with the lower compressive strength results, generally contained marl seams and/or was a marl layer within the gray limestone. 4.3 Groundwater Free water was not observed in the borings during or upon completion of drilling. However, wash rotary drilling techniques and coring were performed in the borings. These techniques prevent meaningful groundwater observations from being obtained. Groundwater can be encountered above any of the less permeable soil or rock at this site, creating a temporary perched water condition, particularly during wet periods of the year. Groundwater levels should be expected to fluctuate throughout the year with variations in precipitation, runoff, the water levels in nearby surface water features, and other factors not evident at the time of drilling. The scope of work did not include long-term observations of ground water or perched water conditions. In addition, it is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur following periods of inclement weather. These observations have been made during the course of the field exploration, as indicated on the Logs of Boring. A groundwater study has not been performed. Long-term observations would be necessary to more accurately evaluate the groundwater levels and fluctuations. If these services are desired, Rone would be pleased to provide groundwater level monitoring as an additional scope of services. RON� 5 ANALYSIS AND RECOMMENDATIONS 5.1 Seismic Site Class The site class for seismic design is based on several factors that include soil profile (soil or rock), shear wave velocity, density, relative hardness, and strength, averaged over a depth of 100 feet. The borings for this project did not extend to a depth of 100 feet; therefore, we assumed the soil and rock conditions below the depth of the borings to be similar to those encountered at the termination depth of the borings. Based on Section 1613.3.2 of the 2015 International Building Code and Table 20.3-1 of ASCE 7-10, we recommend using Site Class C(soft rock/stiff soil profile) for seismic design. 5.2 Potential Vertical Rise Between 20 and 25 feet of surficial soil and rock will be excavated for the below grade parking garage exposing gray limestone with marl seams. As the soils will be removed during the excavation, we anticipate the Potential Vertical Rise (PVR) to be less than 1 inch. 5.3 Excavation Safety Considerations Please note that in accordance with Texas State Law, the design and maintenance of excavation safety systems is the sole responsibility of the contractor. Attention is drawn to OSHA Standards 29 CFR — 1926 Subpart P, including Appendices A and B, for guidance in the design of such systems. 5.4 Foundation Recommendations Several foundation systems have been discussed with the design team. Based on these discussions, a mat foundation is the preferred foundation system to support the concrete structure. All areas should be graded for positive drainage away from the foundation for optimum performance. Differential post construction ground movements beneath all flatwork and in all landscaping areas should be considered during the design of site grading near the structures, since clay soils are likely to remain beneath portions of the flatwork. The following recommendations have been prepared with these considerations in mind. RON� 5.4.1 Mat Foundation A net allowable bearing pressure of 65,000 psf may be used for design of the mat foundation bearing in competent gray limestone at a depth between 20 and 25 feet below existing grade. It is crucial that the excavation be terminated in competent gray limestone and not the softer, dark gray marl. An overstress of 30 percent may be applied to the net bearing pressure for transient loading. The design bearing pressure includes a design factor of safety of at least 3 against shear failure of the foundation bearing materials. A seal slab should be used to protect the bearing surface, as prolonged drying or inundation of water will result in changes in strength and compressibility characteristics. To accommodate the seal slab, the initial foundation excavation should be over-excavated by 4 inches and a lean concrete seal slab should be placed in to bottom of the excavation immediately following exposure of the bearing surface. The seal slab will protect the bearing surface, maintain moisture in the rock, facilitate dewatering of the excavation, if required, and provide a working surface for placement of formwork and reinforcing steel. 5.4.1.1 Settlement Analysis As previously discussed, a concrete-framed structure is to be constructed. Concrete structures of this magnitude can produce substantial unit contact pressures, and substantial ground deformations can occur. While unacceptable foundation deformations are not expected, a settlement analysis is recommended. For preliminary design purposes, Rone recommends the structural engineer assume a uniform modulus of subgrade reaction, k, of 300 pci. This modulus should not be considered as a final design value, only an initial estimate. Once the structural engineer has determined the contact pressures, a grid should be developed and forwarded to Rone for a settlement analysis. The grid should consist of position coordinates (x,y axis) and contact pressures on a 1-foot grid. With this above information, a settlement analysis can be performed and assess if additional refinement is required. Two to three iterations should be expected. RON� 5.4.2 Permanent Dewatering Permanent dewatering will be required at this site due to the excavation depth for the below grade parking garage. Failure to include a quality dewatering system may result in permanent seepage and/or moisture penetration into the building envelope, resulting in significant, long-term maintenance costs. If a diaphragm wall or tangent drilled shaft wall is utilized as the retention system, permanent dewatering behind the walls is not feasible without risk to adjacent improvements. These retention systems are often constructed to serve as both temporary earth retention systems and permanent below grade walls. If some type of temporary retention system is selected and the temporary walls will only retain the excavation until the below grade structure is completed, a permanent wall drainage system should be installed between the temporary and permanent walls to protect against the damaging effects of moisture penetration. A subfloor drain system should also be installed between the seal slab and the mat foundation. Subfloor drain systems often consist of lateral lines spaced about 15 feet apart, with the lines being placed in sand-filled trenches. The granular filter media should be placed as a uniform thickness of at least 12 inches. A 6-inch perforated pipe, with a filter sock that meets or exceeds the properties of Mirafi 160N, should be placed in each trench with at least 3 inches of sand below the pipe and completely surrounded by clean filter sand. The sand within the trenches and below the floor should meet the gradation requirements of ASTM C33 fine aggregate (concrete sand). The concrete sand should not contain more than about 5 percent that is soluble in hydrochloric acid, such as carbonates; a silica sand is strongly preferred. Failure of the filter media, during the structures' life, may result if the sand gradation is not achieved or soluble materials are used. The pipes should be interconnected with the discharge collected in a number of sumps. Previous experience suggests that the maximum distance of a drain to the nearest sump should not be more than 150 feet. Predicting the quantity of flow from the floor drain system is difficult and involves assumptions about seepage rates that are currently unknown. RON� Selecting the size of the sumps poses a special challenge since the quantity of seepage is unknown. In general, we recommend the sumps be sized for a seepage flow resulting from the pipes flowing one-third full. However, the actual pump or pumps should initially be much smaller, with larger pumps installed should the initial pumps prove inadequate to handle the inflow. A two stage pumping system may also be installed with float actuators used to activate each pump at a predetermined water level. Power to the sump pumps must include a backup system capable of maintaining power during an event that disrupts electrical service. The backup system should be located so that it is also protected from flooding. 6 SITE PREPARATION AND FILL PLACEMENT The following recommendations for site preparation and fill placement may contain elements that do not appear to apply to the presently known conditions at the project site. These items have been included in this report since our experience has been that unforeseen obstacles are encountered on some project sites and progress can be delayed while written guidance is prepared. While we cannot cover every possible circumstance, we have attempted to address the most frequently occurring issues in this report section. 6.1 General Every attempt should be made to limit the extreme wetting or drying of the subsurface soils because swelling and shrinkage of these soils will result. Standard construction practices of providing good surface water drainage should be used. All grading should provide positive drainage away from the building and should prevent water from collecting near the edge of pavements and structure. Also, ditches or swales should be provided to carry the run-off water both during and after construction. Roof runoff should be collected by gutters and downspouts and should discharge away from the building. Utility excavation and/or site preparation may expose rock, which can be difficult to excavate. The contractor selected should have experience in construction and excavation within this formation. Backfill for utility lines or along the perimeter beams should consist of site-excavated soil, or properly processed rock from on-site excavation activities. If soil backfill is too dense and too dry, it will swell and a mound will form along the trench line. If soil backfill is too loose or too wet, it RON� will settle and a depression will form along the trench line. Granular backfill, including processed rock from site excavation, should generally meet the gradation and plasticity requirements of TxDOT Item 247, Type A Grade 5. Experience has shown that crushed rock meeting these criteria can be readily compacted and are resistant to upper soils migrating into voids between rock fragments, resulting in damage to adjacent improvements. Backfill should be compacted as recommended in the section titled "Site Preparation and Fill Placement" below. If granular material is used for embedment in utility trenches, we recommend placing a clay plug, as a replacement for the granular embedment, at the location where the city line is located, at the location where the utility enters the structure, and at other connections. The intent is to prevent free moisture from passing through the granular embedment and entering the soil beneath the structure. Root systems from trees and shrubs can draw a substantial amount of water from the clay soils at this site, causing the clays to dry and shrink. This could cause settlement beneath grade- supported slabs such as floors, walks and paving. Trees and large bushes should be located a distance equal to at least one-half their anticipated mature height away from grade slabs. 6.2 Site Preparation Preparation of the site for any future construction should include the removal and proper disposal of any obstructions that would hinder construction. These obstructions should include all abandoned structures, foundations, debris, water wells, cisterns, septic tanks and loose material. It is the intent of these recommendations to provide for the removal and disposal of all obstructions not specifically provided for elsewhere by the plans and specifications. Utility excavation and/or site preparation will expose shallow rock, which can be difficult to excavate. The selected contractor should have experience in construction and excavation within this formation. It should be noted that this study did not include evaluating the rippability or excavatability of the subsurface materials at this site. The contractor should use his own experience in the area and perform his own studies when forming conclusions regarding appropriate means and methods to accomplish the planned construction. All excavations should be sloped, shored, or shielded in accordance with OSHA requirements. RON� All concrete, trees, stumps, brush, abandoned structures, roots, vegetation, rubbish and any other undesirable matter should be removed and disposed of properly. It is the intent of these recommendations to provide a loose surface with no features that would tend to prevent uniform compaction by the equipment to be used. In general, we recommend that all active utilities that would extend beneath the building and are not intended to provide service to the structure be rerouted around the building footprint, and the abandoned lines be removed and disposed of properly. All abandoned utilities within the building that are not removed represent a risk to future building performance; if the lines are abandoned in place, they must be fully grouted and capped so that the pipes do not provide a ready conduit for water. All areas to be filled should be disced or bladed until uniform and free from large clods. Soils should be brought to the proper moisture content and compacted as indicated in Table 1, Fill Placement Criteria, below. Item Description On-site soils General grading Imported General general fill grading Utility backfill On-site soils 0-10' below grade >10' below grade Table 1: Fill Placement Criteria Plasticity Requirement None Liquid Limit less than 60 None Compaction Standard ASTM D698 ASTM D698 Density Requirement 95% to 100% of maximum dry density 95% to 100% of maximum dry densitv Moisture Requirement Optimum moisture to 4% above optimum moisture Optimum moisture to 4% above optimum moisture 95% to 100% of maximum dry density ASTM D698 Minimum 100% of maximum dry density At least 2% above optimum moisture Minus 2% to pluS 2% of optimum moisture 6.3 Density Tests Field density tests should be made by the geotechnical engineer or his representative. Density tests should be taken in each layer of the compacted material below the disturbed surface. If the materials fail to meet the density specified, the course should be reworked as necessary to obtain the specified compaction. 10 RON� The specified moisture content and compaction must be maintained until placement of the overlying lift, or construction of overlying flatwork. Failure to maintain the moisture content and compaction could result in excessive soil movement and can have a detrimental effect of overlying fill and/or structures. The contractor must provide some means of controlling the moisture content and compaction (such as water hoses, water trucks, etc.). Maintaining subgrade moisture and compaction is always critical, but will require extra effort during warm, windy and/or sunny conditions. Density and moisture testing is recommended to provide some indication that adequate earthwork is being provided; however, the quality of the fill is the sole responsibility of the contractor. Satisfactory testing is not a guarantee of the quality of the contractor's earthwork operations. 6.4 Site Grading Site grading operations should be performed in accordance with the recommendations provided in this report. The site grading plans and construction should strive to achieve positive drainage around all sides of the proposed building. Inadequate drainage around structures built on-grade will cause excessive vertical differential movements to occur. 6.5 Utility Backfill If on-site clayey soils are used as backfill, these materials should be placed in maximum 6-inch lifts and properly compacted to between 95 and 100 percent of the maximum dry density, as determined by Standard Moisture Density Relation test (ASTM D 698), and at a moisture content of at least two percentage points (min +2%) above the soils optimum moisture content. In instances where utility lines are more than 10 feet deep, the backfill below 10 feet should be compacted to 100 percent of the maximum dry density, as determined by Standard Moisture Density Relation test (ASTM D 698) and at a moisture content of within two percentage points (- 2 to +2%) of the soils optimum moisture content. It is typical for fills over 10 foot in depth to experience settlement. On an average, fills over 10 feet will experience between 1 and 2 percent settlement. This should be considered when designing utility lines beneath pavements, flatwork or any structure. 71 RON� 6.6 Construction Observations In any geotechnical study, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, during construction quite often anomalies in the subsurface conditions are revealed. The potential for the presence of varied geologic formations and significantly different support conditions at this site, which could result in changes in our design recommendations, increases the risk of damaging soil movements at this site. Therefore, it is recommended that Rone Engineering Services, Ltd. be retained to observe earthwork and foundation installation, and perform materials evaluation and testing during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers, and the geotechnical engineer. 7 STUDY CLOSURE The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field exploration and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this study and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, 12 RON� structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our study to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that Rone Engineering Services, Ltd. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this study. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the study, and such other field observations as might be necessary. This study has been prepared for the exclusive use of the client and their designated agents for specific application to design of this project. We have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No warranty, expressed or implied, is made or intended. 8 COPYRIGHT 2018 RONE ENGINEERING SERVICES, LTD. This document, including all text and graphics, are copyrighted materials that are the property of Rone Engineering Services, Ltd. except as otherwise noted. This document may not be used, in whole or in part, without the express written permission of Rone Engineering Services, Ltd. �13 APPENDIX A . S�A � . r � --' l, - _ �' �,' � � ` �J. r��� �, ir�i. N � �� ��y : ��`� �',_ 4�`°� f' � � �,�,�'; • �.�; e� ���}�` �. . � ,_.,. - - ____ SCALE f� ,�, ti�ti43� , � ���- �.�." �'`- •_�-... •,��w ���� � t; � � � �� �,i ��,� � �� � ��'�� � �f ,r - a� 7 � f ��o � � �� .l'� i. �;� .,' `� ,r„ � i. �� �#., �++a 1 . - . �I�I '.� � Y. �� . . .� ; .. ,,� �:, ' . � . . . y� 7� � � �, i'�� � .F.��yi5 � {i'Z�� � � F�A ��� t... ." `�}- .'F'. r� ,,� ,�t �• � r �'" � • ��'� c'l � � ,�; , � ��� s�� �, SITE ��.'��=`` � , - �� - ,� � . �� ��� , �y ��� � � � ��: � FT;�'�rlh InC����[��l �� � -��,� T�L�nS�r?fk�t�ir�r� ��rl��r � � 5 t� ��� t,���'��`" � � �4f1 -,,i ,r,R i j7 s - � ,{ �� ��� . : ,�.� ,, L. i�t,�4��� �. � "" , � �� • � . , '1 � I•.�i.:�t•_°r:� ' r.� � � S,� J `=:. Ll: �J �. a ��'� �.� � �'^ cte ° _ e - � ,�r. . °11 ��� � 7° 7 -{' �'x '`� ` �*.J` ` .r� r� � * ����+. - �y� " � � i . � T � � � � �G' +}� y.-_ L � �� °' � � 'La � , . �, � r���, �� . , � , � �� I � '� '.. I E a ' , �, . �` i�tkt �,i' � I� :.'r� �� � � .�n �Y �� - ��� f� e � . `�_=� r�� �� cli�� e� � � C� �� � � Fryr.t'�a:+c,rth TEx=}�-, ' — �r�d ���:i�ac �I�isn� i _ i l3 � f � a ss� . 15.A p'� � I�:�I�"�:�, _ ,� - �I�I'dl�����``!"II �^' . � . �� L S�iC PLATE A.1 PROJECT NO: 17-22189 VICWITY MAP FILE NAME: 1722189.DWG RO N E DRAWN BY: CM DATE: 03-27-2018 32 STORY RESIDENTIAL BUILDING REVISED BY: DATE: NORTHEAST CORNER OF 9TH STREET & E N G I N E E R I N G COMMERCE AVENUE REVISED BY: DATE: FORT WORTH, TEXAS APPROVED BY: KM DATE: 03-27-2018 Z � Z O zJ Z\, �m � � . . � u � � a a = .. � r O c� D -i O Z v D � D 3 D�o�v�+� vmm�orA � < < D m O A Cn Cp � Z R1 oomozvc� � � 1 v � � { m z W .. . � O � � � N � � � N N N � � vovo`°� D D D D � 1 1 1 1 � m m m m � � �o� ��� ,. s�� . , ��'' �' �� ' y� -- � � �` ,, � �� �N / �` '� � . � `� . 6'�, � -' � �� .� � � ``` � � \ � � \` �G �� O\ \ f�� � < �� �� �� \ O� � � ` �� `` 2� \ ti \ � N � � �� � �� � � � �� � �� ��� �, �� , �,�,�� �, s . �c�o . � \ � / ���Y V �, '� d . �� ���� �:�,�*�`�_ _.� � � � � �.-- l � R � , 5 • k ,��•- �,` � � � n m ��z z �� � Pro�e�t No. sor;n� No. 32 Story Residential Tower 17-22189 B- 1 Fort Worth, Texas Location Water Observations (feet) R� N E NW Corner While Drilling Not Encountered Completion Completion At Boring Completion Not Encountered E N G I N E E R I N G Depth 70.Or Date 1�-21-17 End of Day After Boring Completion Not Applicable Surface Elevation Type CFA or . o ° k- p y �LL LLc N D1 C � � � d� 3 3 � � �" -° o p�� Stratum Description e o� m m �� o„o �;�� �� � m a . . .y y -c .; _ .; _ K :; � p Q- V C fC H d y� �7 '_ y'_ y� y� �� ��� W G7 d d C�i R d �� 16 � 16 '6 O O i V C O y � dd' fnH dfn JJ dJ d C �LU � Q. �U Q. ASPHALT - approximately 4 inches FLEXBASE - approximately 4-1/2 feet 12 F1LL, CLAYEY SAND (SC) - brown to tan 37 12 $ w/�-avel WEATHERED LIMESTONE - tan w/clay seams � 16 10 LIMESTONE - gray w/marl seams . ]00/1" 11 15 - RQD = 72% 95 20 - RQD = 40% 97 8 137 74830 � 25 - RQD = 67% 73 0 H F 11 134 43530 � a � � 4 30 -RQD=41% 97 � � z � � a t� ui a 35 m � c� 0 J � � 15 123 22980 w z . 100/1" Z 40 W � LOG OF BORING NO. B- 1 Continued Next Page P]ate A.4a Pro�e�t No. sor;n� No. 32 Story Residential Tower 17-22189 B- 1 Fort Worth, Texas Location Water Observations (feet) R� N E NW Corner While Drilling Not Encountered Completion Completion At Boring Completion Not Encountered E N G I N E E R I N G Depth 70.Or Date 1�-21-17 End of Day After Boring Completion Not Applicable Surface Elevation Type CFA or . o ° k- p y �LL LLc N D1 C � � � d� 3 3 � � �" -° o p�� Stratum Description e o� m m �� o„o �;�� �� � V C fC H d •y % 7- Vl - Vl d y� C1 � w d d ac� m.d �� m E m-c o o � � c o y a a� v�� av� JJ a� a5 �c� o a �t� a - RQD = ] 6% 91 100/ 1 /2" -15 � 50 2 158 978140 55 - RQD = 50% 88 6 143 127500 60 0 65 - RQD = 64% 93 � 0 �? � a � I 00/ I /2„ 4 �� Boring terminated at 70 feet � � z � � a t� ui a m � c� 0 J � Z � W W Z C'I Z W � LOG OF BORING NO. B- 1 Plate A.4b Pro�e�t No. sor;n� No. 32 Story Residential Tower 17-22189 B- 2 Fort Worth, Texas Location Water Observations (feet) R� N E Center East Side While Drilling Not Encountered Completion Completion At Boring Completion Not Encountered E N G I N E E R I N G Depth 55.0' Date 10-8-17 End of Day After Boring Completion Not Applicable Surface Elevation Type CFA or . o ° k- p y �LL LLc N D1 C � � � d� 3 3 � � �" -° o p�� Stratum Description e o� m m �� o„o �;�� �� � m a . . .y y -c .; _ .; _ K :; � p Q- V C fC H d y� �7 '_ y'_ y� y� �� ��� W G7 d d C�i R d �� 16 � 16 '6 O O i V C O y � dd' fnH dfn JJ dJ d C �LU � Q. �U Q. ASPHALT - approximately 4 inches F1LL, CLAYEY SAND (SC) - reddish brown �•�5 34 26 12 14 11 FILL, SANDY LEAN CLAY (CL) - dark brown w/calcareous nodules and course gravel 4.5+ 13 5 WEATHERED I.iVIESTO�E - tan =65/12' . 100/1" . 00/2-3/4' 10 LIMESTONE - �-ay w/marl seams . ]00/1" 15 - RQD = 37% 67 4 146 692600 100/3/4" 20 - RQD = 35% 78 3 146 399170 9 133 180660 � �5 - RQD = 50% 92 0 � 5 146 375360 0 �? � a 11 132 90960 _ ~ . 100/3/4" � 4 30 - RQD = 59% 88 � � Q 12 116 21910 � 6 141 156520 a �' . 100/ 1 /2„ ui m 35 - RQD = 9% 70 � c� 0 J � � 8 143 474020 w w z Z 40 W � LOG OF BORING NO. B- Z Continued Next Page P]ate A.Sa Pro�e�t No. sor;n� No. 32 Story Residential Tower 17-22189 B- 2 Fort Worth, Texas Location Water Observations (feet) R� N E Center East Side While Drilling Not Encountered Completion Completion At Boring Completion Not Encountered E N G I N E E R I N G Depth 55.0' Date 10-8-17 End of Day After Boring Completion Not Applicable Surface Elevation Type CFA or . o ° k- p y �LL LLc N D1 C � � � d� 3 3 � � �" -° o p�� Stratum Description e o� m m �� o„o �;�� �� � m a . . .y y -c .; _ .; _ K :; � p Q- V C fC H d y� �7 '_ y'_ y� y� �� ��� W G7 G) d() m.d �� �6 � �6 '6 O O i V C O y �' dQ' fAF dN JJ dJ d C �U � Q. �U O_ . - RQD = 30% l00/l" 4 150 235080 90 8 139 76780 �5 . RQD = 59% 100/ V2" 4 147 238260 76 6 159 172390 . 90 100/1" 50 - RQD = 7% 3 156 391340 . 100/ 1 /2„ 55 Borin� terminated at 55 feet � 0 � 0 �? � a � � z 0 � � z � � a t� ui a m � c� 0 J � Z � W W Z C'I Z W � LOG OF BORING NO. B- 2 Plate A.Sb Pro�e�t No. sor;n� No. 32 Story Residential Tower 17-22189 B- 3 Fort Worth, Texas Location Water Observations (feet) R� N E Center West Side While Drilling Not Encountered Completion Completion At Boring Completion Not Encountered E N G I N E E R I N G Depth 70.Or Date 10-8-17 End of Day After Boring Completion Not Applicable Surface Elevation Type CFA or . o ° k- p y �LL LLc N D1 C � � � d� 3 3 � � �" -° o p�� Stratum Description e o� m m �� o„o �;�� �� � m a . . .y y -c .; _ .; _ K :; � p Q- V C fC H d y� �7 '_ y'_ y� y� �� ��� W G7 d d C�i R d �� 16 � 16 '6 O O i V C O y � dd' fnH dfn JJ dJ d C �LU � Q. �U Q. ASPHALT - approximately 5 inches FLEXBASE - approximately 4 inches 38 27 13 14 11 F1LL, CLAYEY SAND (SC) - reddish brown - FILL, brown to tan w/calcarcous nodulcs and 4.5+ 13 5 limestone fra�nents VVEATHERED LIMESTONE - tan w/day seams N=50/4" 7 4 . 100/7" 10 LIMESTONE - �-ay w/marl seams 15 - RQD = 21 % 17 4 147 682440 . 100/1" 20 - RQD = 57% 100 8 129 76270 °� ZS - RQD = 37% 47 a � 0 � � a x ~ . 00/2-U2' S 147 186430 � 4 30 -RQD=43% 55 � 6 142 211690 z � � a w 00/2-1/2' 0 159 377450 m 35 - RQD = 70% 83 � c� 0 J � Z � W W Z Z 40 W � LOG OF BORING NO. B- 3 Continued Next Page P]ate A.(a Pro�e�t No. sor;n� No. 32 Story Residential Tower 17-22189 B- 3 Fort Worth, Texas Location Water Observations (feet) R� N E Center West Side While Drilling Not Encountered Completion Completion At Boring Completion Not Encountered E N G I N E E R I N G Depth 70.Or Date 10-8-17 End of Day After Boring Completion Not Applicable Surface Elevation Type CFA or . o ° k- p y �LL LLc N D1 C � � � d� 3 3 � � �" -° o p�� Stratum Description e o� m m �� o„o �;�� �� � m a . . .y y -c .; _ .; _ K :; � p Q- V C fC H d y� �7 '_ y'_ y� y� �� ��� W G7 G) d() m.d �� �6 � �6 '6 O O i V C O y � dQ' fnH dN JJ dJ d C �U � Q. �U O_ - RQD = 80% 93 4 150 233600 11 131 55104 6 140 125680 �5 - RQD = 73% 90 5 140 162410 50 - RQD = 24% 87 2 153 517000 55 - RQD = 53% 68 2 154 562700 100/3/4" 3 153 333590 60 0 65 - RQD = 63% 78 7 138 142560 � 0 �? � a 4 150 101350 � 00/1-1/4' 6 142 196920 4 �� Boring terminated at 70 feet � � z � � a t� ui a m � c� 0 J � Z � W W Z C'I Z W � LOG OF BORING NO. B- 3 Plate A.6b Pro�e�t No. sor;n� No. 32 Story Residential Tower 17-22189 B- 4 Fort Worth, Texas Location Water Observations (feet) R� N E SW Corner While Drilling Not Encountered Completion Completion At Boring Completion Not Encountered E N G I N E E R I N G Depth 70.Or Date 1�-15-17 End of Day After Boring Completion Not Applicable Surface Elevation Type CFA or . o ° k- p y �LL LLc N D1 C � � � d� 3 3 � � �" -° o p�� Stratum Description e o� m m �� o„o �;�� �� � m a . . .y y -c .; _ .; _ K :; � p Q- V C fC H d y� �7 '_ y'_ y� y� �� ��� W G7 d d C�i R d �� 16 � 16 '6 O O i V C O y � dd' fnH dfn JJ dJ d C �LU � Q. �U Q. ASPHALT - approximately 4 inches FLEXBASE - approximately 3 feet WEATIIERED LIVIESTOI�'E - tan w,�clay scams 5 . 100/2" . 00/3-1/2' 10 LIMESTONE - �-ay w/marl seams . 100/3/4" 15 - RQD = 17% 69 . 100/1/4" 7 143 513560 20 - RQD = 69% 93 . 100/1" � 25 - RQD = 67% 87 12 132 10290 0 H F 6 147 548910 � a x ~ . I00/I/2" 9 I37 31I80 � 4 30 - RQD = 80% 80 l3 1 l2 11050 � � z � � a t� ui m 35 - RQD = 30% 85 8 144 63760 � c� 0 J � � 14 120 21120 w z . 100/1/4" 2 162 969270 Z 40 W � LOG OF BORING NO. B- 4 Continued Next Page P]ate A.'�a Pro�e�t No. sor;n� No. 32 Story Residential Tower 17-22189 B- 4 Fort Worth, Texas Location Water Observations (feet) R� N E SW Corner While Drilling Not Encountered Completion Completion At Boring Completion Not Encountered E N G I N E E R I N G Depth 70.Or Date 1�-15-17 End of Day After Boring Completion Not Applicable Surface Elevation Type CFA or . o ° k- p y �LL LLc N D1 C � � � d� 3 3 � � �" -° o p�� Stratum Description e o� m m �� o„o �;�� �� � V C fC H d •y % 7- Vl - Vl d y� C1 � w d d ac� m.d �� m E m-c o o � � c o y a a� v�� av� JJ a� a5 �c� o a �t� a - RQD — 28% 73 . 00/3-3/4' �5 RQD = 55% 79 10 135 26670 . 100/1" 8 138 33020 50 - RQD = 43% 87 4 153 372810 . 100/ 1 /4" 55 - RQD = 15% 78 4 148 298950 . 100/ 1 /4" 60 - RQD = 77% 90 6 143 109440 8 136 27070 0 65 - RQD = 94% 94 4 I 52 307170 � 8 139 84200 F 6 144 44800 � a 6 143 101910 � . I 00/ I /2„ 4 �� Boring terminated at 70 feet � � z � � a t� ui a m � c� 0 J � Z � W W Z C'I Z W � LOG OF BORING NO. B- 4 Plate A.7b Pro�e�t No. sor;n� No. 32 Story Residential Tower 17-22189 B- 5 Fort Worth, Texas Location Water Observations (feet) R� N E EaSt SIdC While Drilling Not Encountered Completion Completion At Boring Completion Not Encountered E N G I N E E R I N G Depth 70.Or Date 9-3�-17 End of Day After Boring Completion Not Applicable Surface Elevation Type CFA or . o ° k- p y �LL LLc N D1 C � � � d� 3 3 � � �" -° o p�� Stratum Description e o� m m �� o„o �;�� �� � m a . . .y y -c .; _ .; _ K :; � p Q- V C fC H d y� �7 '_ y'_ y� y� �� ��� W G7 d d C�i R d �� 16 � 16 '6 O O i V C O y � dd' fnH dfn JJ dJ d C �LU � Q. �U Q. ASPHALT - approximately 4 inches F1LL, FAT CLAY (CH) - dark brown w/gavel and 76 22 limestone fra�nents WEATHERED LIMESI'O� E - tan — - . 18/12" 5 . 100/1" . 100/ 1 /2„ 10 - RQD = 42% 66 . ] 00/2" 15 LIMESTONE - g-ay w/marl seams 95 - RQD = 35% . 100/3/4" 3 145 311050 20 - RQD = 0% 35 . 100/1/2" 9 133 136600 � 25 - RQD = 74% 83 0 H � C? � a � � 0 30 � � � z � � a `� . ]00/1" 6 144 176740 ui m 35 - RQD = 8% 68 � c� 0 J � Z � W W Z Z 40 W � LOG OF BORING NO. B- rJ Continued Next Page P]ate A.ga Pro�e�t No. sor;n� No. 32 Story Residential Tower 17-22189 B- 5 Fort Worth, Texas Location Water Observations (feet) R� N E EaSt SIdC While Drilling Not Encountered Completion Completion At Boring Completion Not Encountered E N G I N E E R I N G Depth 70.Or Date 9-3�-17 End of Day After Boring Completion Not Applicable Surface Elevation Type CFA or . o ° k- p y �LL LLc N D1 C � � � d� 3 3 � � �" -° o p�� Stratum Description e o� m m �� o„o �;�� �� � V C fC H d •y % 7- Vl - Vl d y� C1 � w d d ac� m.d �� m E m-c o o � � c o y a a� v�� av� JJ a� a5 �c� o a �t� a . 100/3/4" 7 141 163050 �5 RQD = 40% 60 3 150 198030 . 100/ 1 /2„ 50 _ RQD = 27% 55 5 149 160800 . 100/ 1 /2„ 55 - RQD = 15% 83 1 158 1448940 . 100/3/4" 60 - RQD = 35% 90 1 163 1931480 . 100/ 1 /2" 0 65 - RQD = 60% 95 5 143 97280 � 0 �? � a � � i0o/i/2„ 4 �� Boring terminated at 70 feet � � z � � a t� ui a m � c� 0 J � Z � W W Z C'I Z W � LOG OF BORING NO. B- S Plate A.8b SOIL OR ROCK TYPES CLAY Ro N E � a SAN D- WELL GRADED E N G I N E E R I N G G///1 FAT CLAY � LIMESTONE-WEATHERED f�1!_1 �.�,;:�:::,�,. LEAN CLAY `_''�'-� CONCRETE ..i :y.. / � SANDY CLAY ;w,A.' FILL Shelby Auger Split Tube Spoon � LIMESTONE GRAVEL � CLAYEY SAND � CLAYEY GRAVEL a SHALE � MARL a SAND-POORLY GRADED � SILT Rock Cone No Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Flll@ Gf2111@d SOI�S (More than 50% Passing No. 200 Sieve) Consistency Penetrometer Reading, (ts� Unconfined Compression, (psfl Very Soft < 0.5 < 1000 Soft 0.5 to 1.0 1000 to 2000 Firm 1.0 to 2.0 2000 to 4000 Hard 2.0 to 4.0 4000 to 8000 Very Hard > 4.0 > 8000 C08fSe GCallled SOI�S (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item Relative Density (Blows / Foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that ate slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternated layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to hard in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.9 Major Divisions Grp� Typical Names Laboratory Classification Sym. Criteria RO N E� � ��, Well graded gravels, � E N G I N E E R I N G �, � �, � GW gravel-sand mixtures, �o � ���—, u, c'�� o little or no fines � pso (p30>Z � c � L � C� ---- greater than 4: C� ------ between 1 and 3 > O� � p �� �o D x Dso � � .� � �, Poorly graded gravels, � o � �, U� GP gravel-sand mixtures, � o �, �> � o Not meeting all gradation requirements c� �, � little or no fines o � �� �;" o forGW Z fL0 O� � N � �, � C7 � o ��� � v�, Liquid and plastic c� o Z �, Silty gravels, gravel -�� cn cn � Liquid and Plastic limits �o � ,� � � � � GM sand - silt mixtures -N �°' � � � below "A" line or P.I. limits plotting in L � m ��_� N� cn �? � hatched zone � a� � � � ,� � o -a greater than 4 a� rn �}. �, ._ ,� . o � U between 4 and 7 -� cc � -3 � o � N (� C7 �' `L° �n � �n Q� �' z ��:L Liquid and Plastic limits are borderline �� o > Q o GC Clayey gravels, gravel �� � C7 � above "A" line with P.I. cases requiring use � �� � � ,.., � - sand - clay mixtures o � : � of dual s mbols L a> � � � �� :� greater than 7 Y c� o � � � : � v� � N� SW Well raded sands, �� : � so Z 9 0 �o,�> ''' o� �;� gravelly sands, Ilttle Or �.o :� C� p- greater than 6: C� ------ between 1 and 3 � � DxD ° � -��—, � o no fines � � : �, " ,° 60 � � � � L � `J � -a � �, � � ° Poorly graded sands, � � : � � � �, -- a? o� ��, m Not meeting all gradation requirements � �� U:., SP gravelly sands, little or � o °; L� for SW L � � � ° � � no fines � � � Q � � � O Z c� c� � Q- c� a� � ��� � �, Silty sands, sand silt ���`f' � L Liquid and Plastic limits Liquid and plastic � � � �, � SM mixtures � � ° � � � below "A" line or P.I. limits plotting � � � � `~ °' � � Y " `V less than 4 between 4 and 7 � �.�� Q� � Y � 3 � ° � �, ° � o ° are borderline o� � Q o Clayey sands, sand ��� J�"' Liquid and Plastic limits cases requiring use � � Q� SC clay mixtures :' Q� above "A" line with P.I. of dual symbols `� � � p o� greater than 7 Inorganic silts and very fine sands, rock flour, silt or � �� ML clayey fine sands, or c ayey 60 � � — silts with slight plasticity —� o o U�� � Inorganic clays of low to N ��� C� medium plasticity, gravelly Z �•� � clays, sandy clays, silty 50 clays, and lean cla s CH � (n J � `� Organic silts and organic �� OL silty clays of low plasticity w 40 — o -o � Z � -a � Inorganic silts, micaceous � � N � MH or diatomaceous fine sandy � 30 �cLa �� �n � or silty soils, elastic silts Q � � -� � �, ^ a OH and MH °� U �� -� �� Inorganic clays of high 20 � � � � CH plasticity, fat clays � cv=� y �, -� }, CL � = �5 0 � �� Organic clays of inedium to 10 � " OH high plasticity, organic silts c�-M� � M and OL c� � o � >,.� � 0 10 20 30 40 50 60 70 80 90 100 o ��— Peat and other highly � a� p� �o Pt organic soils LIQUID LIMIT u> `-' = O PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.10 APPENDIX 6 FIELD EXPLORATION Subsurface conditions were defined by 5 sample borings located as shown on the Boring Location Diagram, Plate A.3. The borings were completed at locations staked in field by Rone personnel. The borings were advanced between sample intervals using continuous flight auger drilling procedures. The results of each boring are shown graphically on the Logs of Boring. Sample depth, description, and soil classification based on the Unified Soil Classification System are shown on the Logs of Borings. Keys to the symbols and terms used on the Logs of Borings are presented in the appendix section of the report Relatively undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter tube samplers at the locations shown on the logs of borings. The tube sampler consists of a steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the undisturbed sample at a constant rate to a depth of 0.25-inch. The results of these tests are tabulated at respective sample depths on the logs. W hen the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Samples were obtained using split-barrel sampling procedures in general accordance with ASTM D1586. In the split-barrel procedure, a disturbed sample is obtained in a standard 2 inch OD split barrel-sampling spoon driven into 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the boring logs at the depth of sampling. The samples were sealed and returned to our laboratory for further examination and testing. The encountered rock and rock-like materials were evaluated with a modified version of the Texas Cone Penetration test. Texas Department of Transportation (TX-DOT) Test Method Tex-132-E � specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respected test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Groundwater observations during and after completion of the boring are shown on the upper right of the boring log. Upon completion of the boring, the boreholes were backfilled with auger cuttings to ground level. � LABORATORY TESTING General Laboratory tests were performed on selected samples, retrieved from the borings, to evaluate the engineering characteristics of the subsurface materials encountered and to provide data for developing engineering design parameters. The subsurface materials recovered during the field exploration were described by an engineering geologist or senior staff member in the field and/or the laboratory and were later refined based on results of the laboratory tests performed. Classification Tests Visual classification of soils was verified by natural moisture content determinations, Atterberg limits determinations, and gradation tests (percent passing the No. 200 U.S. Standard Sieve). These tests were performed in general accordance with American Society for Testing and Materials (ASTM) procedures as follows: All recovered soil samples were classified and described, in part, using the Unified Soil Classification System (USCS). To determine soil characteristics and to aid in classifying the soils, index property and classification testing was performed on selected samples of the soils. Testing was performed in general accordance with the following ASTM standards, as applicable. Atterberg Limits Percentage of Particles Passing the No. 200 Sieve Moisture Content Dry Unit Weight Unconfined Compressive Strength ASTM D 4318 ASTM D 1140 ASTM D 2216 ASTM D 2167 ASTM D 2166 � Compression Strength Tests — Rock Cores Unconfined and confined compression tests were performed on selected samples of the rock core recoveries. In the unconfined compression test, a cylindrical specimen is subjected to axial load at a constant rate of strain at atmospheric pressure until failure occurs. Test procedures were in general accordance with ASTM D 2938. Rock unconfined compression strengths are shown on the boring logs. � APPENDIX C The Geoprofessional Business Association (GBA) has prepared this advisory to help you — assumedly a client representative — interpret and apply this geotechnical-engineering report as effectively as possible. In that way, clients can benefit from a lowered exposure to the subsurface problems that, for decades, have been a principal cause of construction delays, cost overruns, claims, and disputes. If you have questions or want more information about any of the issues discussed below, contact your GBA-member geotechnical engineer. Active involvement in the Geoprofessional Business Association exposes geotechnical engineers to a wide array of risk-confrontation techniques that can be of genuine benefit for everyone involved with a construction project. Geotechnical-Engineering Services Are Performed for Specific Purposes, Persons, and Projects Geotechnical engineers structure their services to meet the specific needs of their clients. A geotechnical-engineering study conducted for a given civil engineer will not likely meet the needs of a civil- works constructor or even a different civil engineer. Because each geotechnical-engineering study is unique, each geotechnical- engineering report is unique, prepared solely for the client Those who rely on a geolechnical-engineering report prepared jor a difjerenl client can be seriously niisled. No one except authorized client representatives should rely on this geotechnical-engineering report without first conferring with the geotechnical engineer who prepared it And no one - not even you - sllould apply this report for any purpose or project except the one originally contemplated. Read this Report in Full Costly problcros havc occun-cd bccausc those relying on a geotcchnical- engineering reparl did nol read i� in its entirety. Do nol rely on an execulive summary. Do not read selected elements only. Read lhis report in full. You Need to Inform Your Geotechnical Engineer about Change Your geotechnical engineer considered unique, project-specific factors when designing the study behind this report and developing the confirmation-dependent reco�ninendations the report comreys. A few typical factors includc: . lhe client's goals, objectives, budget, schedule, and risk-managemenl preferences; • thc gcncral naturc of thc structure involved, its size. configuration, and performance criteria; • the struclure's location and arienfation on the site; and • othcr planncd or cxisting sitc improvcments, such as relaining walls, access roads, parking lols, and underground utililies. Typical changes that could erode the reliability of this report include those thal atrect: • thc sitc's size or shape; . the function of the proposed structure, as when it's changed from a parking garage to an office buildiug, or from a light-industrial plant to a rcfrigerated warchouse; . the elevation, configuration, location, orientation, or weighL of Lhe proposed slructure; • the composition of the design team; or . project ownership. As a general rule> always inform your geotechnical engineer of project changes - even minor ones - and request an assessment of their impact. 7he geotechnicnl engineer who prepared this report cannot accept responsibility or liability for problems that arise because the geotechnical engineer was not informed about developments the engineer otherwise would have considered. This Report May Not Be Reliable Do no� rely on this report if your geotechnical engineer prepared it: . for a differenl client; . for a different project; . for a different site (that may or may not indude all or a porlion of lhe original site); or • before important events occurred at the site or adjacent to it; e.g., man-made events like construction or environmental remediation, or natural events like floods, droughts, earthquakes, or groundwater fluctuations. Note, too, that it could be unwise to rely on a geotechnical engineering report whose reliability may have been affected by the passage of time, because of factors like changed subsurface conditions; new or modified codes, standards, or regulalions; or new techniques or lools. If your geotechnical engineer has not indicated an "apply-by" date on the report, ask whal il should be, and, in general, if you are the least bil uncertain about the conlinued reliability of this report, contacl your geotechnical engineer before applying it A minor amount of additional testing or analysis - if any is required at all - could prevent major problems. Most of the "Findings" Related in This Report Are Professional Opinions I�efore construction begins, geotechnical engineers explore a site's subsurface through various sampling and testing procedures. Geotechnical engineers can observe actual subsurface conditions only at those specific loca(ions where sampling and lesling were performed. The data derived from lhat sampling and lesling were revieeved by your geotechnical engineer, who then applied professional judgment to form opinions about subsurface conditions throughout the site. Actual sitewide-subsurlace conditions may difI�er - maybe significanlly - from those indicated in this report. Confront that risk by retaining your geotechnical engineer to serve on the design team Crom project start to projecl finish, so the individual can provide inlormed guidance quickly, whencvcr nccdcd. C-1 ■ ■ ■ ni - n in rin r � � This Report's Recommendations Are Confirmation-Dependent The reco�nmendations included in this report - including any options or alternatives - are confirmation-dependent. In other words, they are not final, because the geotechnical engineer who developed them relied heavily on judgment and opinion to do so. Your geotechnical engineer can finalize the recommendations only after observing adual subsurface conditions revealed dw ing cons�ruc�ion. IC lhrough observalion your geotechnical engineer confirms that the conditions assumed to exist actually do exist, the recommendations can be relied upon, assuming no other changes have occurred. 'Ihe geotechnical engineer who prePared this report cnnnol assume responsibilily or liabilily for confirmation- dependent recommendations if you fail to retain that engineer to perform construction observation. This Report Could Be Misinterpreted Other design professionals' misinterpretation of geotechnical- engineering reports has resulted in costly problems. Confront that risk by having your geotechnical engineer serve as a full-time member of the design team, to: . confer with other design-teain members> . help develop specifications, . review pertinent elements of other design professionals' plans and specifications, and • be on hand quickly whenever geotechnical-engineering guidance is needed. You should also confront the risk of constructors misinterpreting this re�ort. Do so by retaining your geotechnical engineer to paiticipate in prebid and precons�ruc�ion conferences and �o perform construction observation. Give Constructors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can shift unanticipated-subsurface-conditions liability to constructors by limiting the inCormalion they �rovide Cor bid preparalion. To help prevent the costly, contentious problems this practice has caused, indude the complete geotechnical engineering report, along with any attachments or appendices, wilh your conlracl documenls, but be certain to note conspicuously thal you've included lhe malerinl for informalional purposes only. To avoid misunderstanding, you may also want to note that "inCormalional purposes" means constructors have no righl to rely on the interpretations, opinions, conclusions, or recommendations in the report, but they may rely on the fadual data relative to the specific times, localions, and deplhs/elevations referenced. Be certain thal constructors know they may learn about specific project requirements, including options selected from the report, only from the design drawings and specifications. Remind constructors that they may perform their own studies if they want to, and be sure to allow enough time to permit them to do so. Only then might you be in a position to give constructors the information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Conducting prebid and preconstruction conferences can also be valuable in this respect. Read Responsibility Provisions Closely So�ne client representatives> design professionals> and constructors do not realize that geotechnical engineering is far less exact than other engineering disciplines. 7hal lack of underslanding has nurlured unrealistic expectations that have resulted in disappointments> delays> cost overruns, claims, and disputes. To confi-ont that risk, geotechnical engineers commonly include explanatory provisions in lheir reports. Sotnetimes labeled "litnitations;' many of these provisions indicate where geotechnical engineers' responsibilities begin and end, to help others c ecognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenvironmental Concerns Are Not Covered 'Ihe personnel, equipmcnt, and tcchniques used to perform an environmental study - e.g., a"phase one" or "phase two" environmental site assessment di7er significantly from those used to perform a geotechnical-engineering sludy. I�or that reason, a geolechnical- engineering report does not usually relate any environmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated subsurface environmental problems have led to project failures. If you have not yet obtained your own environmental information, ask your geolechnical consultant 1or risk management guidance. As a general rule, do not rely on an environmental report prepared for a di�erent client, site, or project, or that is more than six months old. Obtain Professional Assistance to Deal with Moisture Infiltration and Mold While your geotechnical engineer may have addressed groundwater, water infiltration, or similar issues in this report, none of the engineer's services were designed, conducted, or intended to prevent uncontrolled migration of moislure - induding waler vapor - from lhe soil through building slabs and walls and into the building interior, where it can cause mold growth and material-performance deficiencies. Accordingly, proper implementalion of [he geo[echnical engineer's recommendalions will not of itself be sufficient to prevent moisture infiltration. Confront the risk of moisture infiltration by including building-envelope or mold specialists on the design leam. Geolechnical engineers are not building- envelope or mold specialists. ,GEOPROFESSIONAL BUSINESS / ASSOCIATION Telephone: 301 /565-2733 e-mail: info@geoprofessional.org www.geoprofessional.org Copyright 2016 by Ccoprofcssional Rusincss Association (GBA). Duplication, rcproduction, or copying of this documcnt, in wholc or in part, by any mcans whatsoever, is strictly prohibited, except with GRA's specific written permission. F.xcerpting, quoting, or otherwise extracting wording from this document is permitted only with the express written permission of GB,4, and only for purposes of scholarly research or book review. Only members of GBA may use this document or its wording as a complement to or as an element of a report of any kind. Any other firm, individual, or other entity that so uses this document without being a GBA member could be committing negligent C-1 RONE E N G I N E E R I N G December 17, 2019 Mr. Julian Bernal Southern Land Company 3990 Hillsboro Pike, Suite 400 Nashville, Tennessee 37215 Re: Grade Supported Floor Slab Addendum Proposed Residential Tower 901 Commerce Street Fort Worth, Texas Rone Project No. 17-22189 Dear Mr. Bernal: GEOTECHNICAL ENGINEERING EARTHWORKS CONTROL ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIAL TESTING Rone Engineering Services, Ltd. (Rone) has been requested to provide additional recommendations for grade support of the building floor slab for the referenced project. This request was made by Mr. Glen Morgenweck with GDA Architects in an email to Rone on December 13, 2019. This letter presents our analysis and recommendations and should be considered an addendum to Rone's Geotechnical Engineering Report 17-22189, dated March 27, 2018, and any other addenda. This letter should not be considered separately from the geotechnical engineering report. Background Original plans for the proposed residential tower called for the structure to have up to two full levels of parking below grade. Subsequent to issuance of the final geotechnical report, the building went through several design iterations, with the final "for construction" design documents having all parking and residential units above grade, with the exception of small isolated equipment features, such as elevator pits. Although subgrade preparation and fill placement requirements are provided in the aforementioned report, the report does not specifically address grade supported floor slabs as the only grade supported slab was going to be first level paving for the parking garage roughly 15 to 20 feet below existing site grade, which is comprised entirely of limestone at these depths. Subgrade Preparation The near surface soil profile at the sampled locations during the Rone field investigation encountered clayey sand (SC), lean sandy clay (CL), flexible base and fat clay (CH). These near DALLAS � FORT WORTH � AUSTIN � HOUSTON 3201 NE LoOP 820, SuiTE 180 � FORT WORTH, TE�S 76137 � TE�: 817.717.1040 Grade Supported Floor Slab Addendum Proposed Residential Tower 901 Commerce Street, Fort Worth, Texas Rone Project No. 17-22189 December 17, 2019 Page 2 surface soils were also found to include small limestone pieces with depth, and transitioned to a weathered limestone at depths of 2 to 6 feet from existing ground surface. In order to establish a condition of uniform support beneath grade supported floor slabs and parking structure pavements, the building subgrade fill should be excavated to the top of the tan weathered limestone, then placed in loose lifts, not exceeding 10 inches, and placed as presented in Table 1: Fill Placement Criteria on Page 10 of the geotechnical report. Fill placement should conform to the specifications as indicated in the row titled "on-site soils". All other information presented in our original geotechnical report remains unchanged. Thank you for the opportunity to provide additional services to you for this project. Please call if you have any questions regarding this letter. RespectFully subm � �, � Eric Hollabau_ h,.. .E. .�,�� oF T�` „' .. ... , �'��i! ... P . � !c, ' � �1�__ . �4��, r � i a ;' �", t� ' � % ,� +� � ............................. ERIG M. NOLLABAUGH � �,���....120829... R���,; a �� j��Ews��' ��`�'�'" �,�� }� �4�'\\'tr►``�""�''y�}'�`� . Senior Geotechnical Engineer Mark D. Gray, P.E. Partner Texas Engineering Firm License No. F-1572 ���� _�J �' i h! E E R I� G February 2, 2021 Mr. Julian Bernal Southern Land Company 3990 Hillsboro Pike, Suite 400 Nashville, Tennessee 37215 Re: Addendum to Geotechnical Engineering Report Proposed Residential Tower 901 Commerce Street Fort Worth, Texas Rone Project No. 17-22189 Dear Mr. Bernal: GEOTECHNICAL ENGINEERING EARTHWORKS CONTOL ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIAL TESTING Rone Engineering Services, Ltd. (Rone) has been requested to provide additional recommendations for pavements for the referenced project. This request was made by Mr. Glen Morgenweck with GDA Architects in an email to Rone on September 12, 2019. This letter presents our analysis and recommendations and should be considered an addendum to Rone's Geotechnical Engineering Report 17-22189, dated March 27, 2019. This letter should not be considered separately from the geotechnical engineering report. We understand paving for the project will consist of grade supported flatwork (sidewalks) at the building exterior and an entry drive in and out of the parking structure along East 8th Street. There will also be a service entry at the east side of the building off Calhoun Street, and grade level paving in the parking garage. Pavement details as currently planned are shown on Pages L1 and L2 provided to Rone by the project architect. W e anticipate the garage and service entry pavements to be on cuts in the weathered limestone encountered at roughly 5 feet below the existing ground surface. Ramped areas to the street level will be on controlled fills placed within the site excavation during construction. Perimeter flatwork is also expected to be placed on reconditioned fill following site excavation and vertical construction. Recommendations for flatwork and grade supported pavements are presented in the following sections. Pavement Design Recommendations When designing proposed pavement sections for ramps, service loading areas and garage slabs, subgrade conditions must be considered along with expected traffic use/frequency, pavement type, and design period. We understand the proposed pavement section will consist of reinforced DALLAS I FORT WORTH I AUSTIN I HOUSTON 3201 NE LooP 820, SuiTE 180 � FORT WORTH, TEx,o,s 76137 � TE�: 817.717.1040 Addendum to Geotechnical Engineering Report Proposed Residential Tower 901 Commerce Street, Fort Worth, Texas Rone Project No. 17-22189 February 2, 2021 Page 2 concrete pavement supported by engineering controlled fill subgrade. Anticipated traffic loading and frequency conditions were not provided at the time of this report, and assumed based on our experience with similar projects in this general location. The following information was used in our analysis: 1. 50,000 annual Equivalent Single Axle Load (ESAL) repetitions; 2. A traffic growth rate of 0 percent; 3. Poor to fair drainage; Ca = 1.0; 4. A reliability of 85 percent; 5. A concrete modulus of rupture of 540 psi; 6. A design life of 25 years; 7. A standard deviation of 0.39 for concrete pavements 8. Initial serviceability, po, of 4.5 and a terminal serviceability, pt, of 2.25 for concrete pavements; 9. A k-value of 100 pci for controlled fill subgrade. The pavement thickness determinations were performed in general accordance with the "1993 AASHTO Guide for the Design of Pavement Structures" guidelines. The recommended minimum pavement sections are presented in the following table. A more precise design can be made with detailed traffic loading information. Recommended Pavement Sections Parameter Value Total Design ESALs I 1,250,000 Portland Cement Concrete (PCC) Thickness, inches I 6 Required 28-Day Compressive Strength of Concrete, psi I 3,600 Compacted Stone Subgrade Thickness, inches (below grade pavements only) 4 Reinforcing steel should consist of at least #3 bars spaced at a maximum of 18 inches on center in each direction. Periodic maintenance (i.e. sealing of cracks and joints) should be performed to prevent water intrusion into the underlying subgrade. The pavement surface should be contoured such that surface water drains off and away from the pavement or into inlets. Water allowed to pond on or adjacent to pavement surfaces could saturate the subgrade soils leading to premature pavement failure. Pavement recommendations are based on the anticipated loading conditions and commonly accepted design procedures that should provide satisfactory performance for the design life of the pavement. Concrete should have between 4 and 6 percent entrained air. Hand-placed concrete should have a maximum slump of 6 inches. A sand leveling course should not be permitted Addendum to Geotechnical Engineering Report Proposed Residential Tower 901 Commerce Street, Fort Worth, Texas Rone Project No. 17-22189 February 2, 2021 Page 3 beneath pavement, except as noted below. All steel reinforcement, dowel spacing/diameter, and pavement joints should conform to the applicable governing pavement design standards. Pavement Subgrade Preparation Pavement subgrade fill should be prepared as presented in Table 1: Fill Placement Criteria on Page 10 of the geotechnical report. Fill placement should conform to the specifications as indicated in the row titled "on-site soils". Perimeter Flatwork (Sidewalks) Perimeter flatwork should be constructed atop prepared subgrade following the same fill placement guidelines as described for site paving above (Table 1: Fill Placement Criteria — on-site soils). The controlled fill should extend from the perimeter wall of the structure to the back of curb along adjacent streets, including any landscape beds or planter islands. Consideration should be given to installing root barriers or vertical moisture barriers at the edge of landscape islands and planter beds to reduce moisture variation beneath flatwork areas. Provided that the depth to limestone is on the order of 5 feet from final grades, seasonal vertical pavement movement should be relatively minor. If excavation of the building pad results in greater fill depths under flatwork areas, root barriers or vertical moisture barriers should be installed. Reinforcing steel should consist of at least #3 bars spaced at a maximum of 18 inches on center in each direction. Periodic maintenance (i.e. sealing of cracks and joints) should be performed to reduce water intrusion into the underlying subgrade. Sand or other levelling course materials may be used if needed under flatwork, excluding pavement. All other information presented in our original geotechnical report remains unchanged. Thank you for the opportunity to provide additional services to you for this project. Please call if you have any questions regarding this letter. RespectFully submitted, � � Eric Hollabaugh, P.E. i� P� �• o F T F:9d'}� .�; �. ,�� ,� _� ...:......................... ERIC M. HOLLABAUGH ............................. ' 9 :,. 120829 :��Q �'��1►SS/nn N�S E��?'� ��Z�\\\���� p21' ��.0�.2 Senior Geotechnical Engineer M� Pa Texas Engineering Firm License No. F-1572 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK GC-4.04 Underground Facilities CAD File of Subsurface Utility Exploration prepared by Rios Group will be provided to selected Contractor GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK GC-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK GEOTECHNICAL ENGINEERING REPORT 32 STORY RESIDENTIAL TOWER FORT WORTH, TEXAS Prepared For: Southern Land Company 4514 Cole Avenue, Suite 810 Dallas, Texas 75205 Attn: Mr. Jeremy Cyr March 2018 PROJECT NO. 17-22189 www.roneengineers.com GEOTECHNICAL ENGINEERING ENVIRONMENTAL CONSULTING CONSTRUCTION M ATERIAL TESTING DALLAS | FORT WORTH | AUSTIN | SAN ANTONIO | HOUSTON 3201 NE LOOP 820, SUITE 180 | FORT W ORTH, TEXAS 76137 | TEL: 817.717.1040 March 27, 2018 Mr. Jeremy Cyr Southern Land 4514 Cole Avenue, Suite 810 Dallas, Texas 75205 Re: Geotechnical Engineering Report 32 Story Residential Tower Fort Worth, Texas Rone Report No. 17-22189 Dear Mr. Cyr: Rone Engineering Services, Ltd. (Rone) is pleased to submit our Final Geotechnical Engineering Report for the above referenced project. The geotechnical engineering services performed for this study were carried out in general accordance with Rone Proposal No. P-24015-17 dated July 18, 2017. This report presents engineering analyses and recommendations for site grading and the building foundation with respect to available project characteristics. Results of our field exploration and laboratory testing are shown in detail in the appendix section of the study. We appreciate the continued opportunity to be of service to you on this project and look forward to providing additional Geotechnical Engineering and Construction Materials Testing services as the project progresses through the detailed design and construction phases. Please contact us if you have any questions or if we can be of further assistance. Respectfully Submitted, Kim L. Macy, S.E.T., DBIA John A. Focht, III, P.E. Vice President – Geotechnical Director Technical Director Texas Engineering Firm License No. F-1572 This is an unsecured version of the geotechnical engineering report. The original secured copy of this report contains the licensed engineer’s signature and seal. The signature and seal have been removed from this unsecured document to comply with the Texas state licensing board’s requirement to secure sealed documents. Page 1 INTRODUCTION .................................................................................................................... 1 2 PURPOSES AND SCOPE OF STUDY ................................................................................... 2 3 FIELD OPERATIONS AND LABORATORY TESTING .......................................................... 2 4 GENERAL SITE CONDITIONS .............................................................................................. 3 4.1 Site Geology .................................................................................................................... 3 4.1.1 Fort Worth Limestone and Duck Creek, undivided (Kfd) ............................................ 3 4.2 Subsurface Soil Conditions .............................................................................................. 3 4.3 Groundwater .................................................................................................................... 4 5 ANALYSIS AND RECOMMENDATIONS ............................................................................... 5 5.1 Seismic Site Class ........................................................................................................... 5 5.2 Potential Vertical Rise ...................................................................................................... 5 5.3 Excavation Safety Considerations .................................................................................... 5 5.4 Foundation Recommendations ......................................................................................... 5 5.4.1 Mat Foundation ......................................................................................................... 6 5.4.1.1 Settlement Analysis ............................................................................................ 6 5.4.2 Permanent Dewatering .............................................................................................. 7 6 SITE PREPARATION AND FILL PLACEMENT ..................................................................... 8 6.1 General ............................................................................................................................ 8 6.2 Site Preparation ............................................................................................................... 9 6.3 Density Tests ..................................................................................................................10 6.4 Site Grading ....................................................................................................................11 6.5 Utility Backfill ...................................................................................................................11 6.6 Construction Observations ..............................................................................................12 7 STUDY CLOSURE ................................................................................................................12 8 COPYRIGHT 2018 RONE ENGINEERING SERVICES, LTD. ...............................................13 APPENDIX A Plate VICINITY MAP………………………………………………………………………………… ..................................... ……A.1 GEOLOGY MAP………………………………………………………………………………… ...................................... ….A.2 BORING LOCATION DIAGRAM ................................................................................................................................ A.3 LOGS OF BORING .............................................................................................................................................. A.4-A.8 KEY TO CLASSIFICATIONS AND SYMBOLS .......................................................................................................... A.9 UNIFIED SOIL CLASSIFICATIONS AND SYMBOLS .............................................................................................. A.10 SWELL TEST RESULTS……………………………………………………………..………………………………….…....A.11 APPENDIX B Page FIELD OPERATIONS…………………………….…………………………………………………………….…………….…B-1 LABORATORY TESTING………………………………………………….…………….……………………………………..B-2 APPENDIX C IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT …………………….…….C-1 Project No. 17-22189 32 Story Residential Tower P A G E | 1 GEOTECHNICAL ENGINEERING REPORT 1 INTRODUCTION This report presents our geotechnical study for the 32 story residential tower. The project site is located northeast of the intersection of 9th Street and Commerce Avenue in Fort Worth, Texas. This study was performed based on the Scope of Services presented in our Proposal No. P- 24015-17, dated July 18, 2017. We understand that the project consists of developing a 32 story residential tower. The structure will be “L” shaped and immediately adjacent to the existing Billy Miner’s Building on the northeastern corner of the block. The parking garage will consist of two below grade levels while the remaining 30 levels will be comprised of residential apartments. Based on prior discussions with the design team, the support for the structure will likely be a mat foundation. While structural loads were not provided, it is anticipated that column loads will be less than 7,000 kips. If greater loads are expected, these should be discussed prior to final design. At the time of the field exploration, the site was an active parking lot with an asphalt surface. Grading plans were not provided but a 20 to 25 foot cut is expected to accommodate the below grade parking garage. Soil retention systems will be necessary to support Billy Miner’s existing foundation system as well as the encompassing roadways (Calhoun Street, East 9th Street and Commerce Street). Additionally, underground utilities beneath the roadways will need to be supported and considered. Soil retention system recommendations are outside of our Scope of Services; however, we would be pleased to provide these recommendations, if desired by the Owner. A site vicinity map and geology map are attached as Plates A.1 and A.2, respectively. The general location and orientation of the site are shown on the Boring Location Diagram, Plate A.3, in Appendix A of this study. Project No. 17-22189 32 Story Residential Tower P A G E | 2 2 PURPOSES AND SCOPE OF STUDY The principal purposes of this study are to evaluate the general soil and rock conditions at the proposed site and to develop geotechnical recommendations for the design and construction of the foundation. To accomplish its intended purposes, the study was conducted in the following phases: • Borings were drilled and sampled to evaluate the soil and rock conditions at the boring locations and to obtain soil and rock samples. • Laboratory tests were conducted on selected samples recovered from the borings to establish the pertinent engineering characteristics of the foundation soils and rock . • Engineering analyses were performed using field and laboratory data, to develop foundation design recommendations. 3 FIELD OPERATIONS AND LABORATORY TESTING The borings were located in the field by Rone Engineering personnel with measurements taken from site landmarks and using an aerial photograph of the site. These locations were not surveyed. The locations are accurate only to the extent implied by the technique used in their determination. Soil and rock conditions were evaluated by drilling and sampling a total of five borings utilizing a truck-mounted drilling rig. These borings were drilled between September 30 and October 21, 2017. The approximate boring locations are shown on Plate A.3, Boring Location Diagram. Sample depth, description of soils, and classification (based on the Unified Soil Classification System) are presented on the Logs of Boring, Plates A.4 and A.8. Keys to terms and symbols used on the logs are shown on Plates A.9 and A.10. Laboratory soil tests were performed on selected samples recovered from the borings to confirm visual classification and determine the pertinent engineering properties of the soils encountered. Classification test results are presented on the Logs of Boring. Descriptions of the procedures used in the field and laboratory phases of this study are presented in the Appendix of this report. Project No. 17-22189 32 Story Residential Tower P A G E | 3 4 GENERAL SITE CONDITIONS 4.1 Site Geology Based on the subsurface conditions encountered in the borings and the Geologic Atlas of Texas, Dallas Sheet (published by the Bureau of Economic Geology), the site appears to be mapped within the Fort Worth Limestone and Duck Creek, undivided Formation. The USGS Mineral Resources On-Line Spatial Data reference contains the following description: 4.1.1 Fort Worth Limestone and Duck Creek, undivided (Kfd) Fort Worth Limestone - limestone and clay. Limestone is aphanitic to biosparite, burrowed; marine megafossils are Pecten, oysters, echinoids and ammonites. Clay, calcareous, in units 0.1-5 feet thick, forms low rolling hills. Thickness 25 to 35 feet. Duck Creek Limestone - limestone and marl. Limestone medium bedded, nodular to wavy bedded; thickness 25 to 30 feet. Please note that the geologic mapping was originally performed using aerial photography. Local variations and anomalies do occur. 4.2 Subsurface Soil Conditions The various strata and their approximate depths and thickness are shown on the Logs of Boring. The stratification boundaries shown on the Logs of Boring represent the approximate locations of changes in types of soil and rock; in-situ, the transition between material types may be gradual and indistinct. A brief summary of the stratigraphy indicated by the borings is given below. This study was not performed in an effort to provide the contractor with information guidance in evaluating the rippability or excavatability of the subsurface materials at this site and may lead to incorrect conclusions if used for that purpose. Portions of the rock on this site are quite strong, and the rock is believed to be relatively massive, generally consistent in strength and largely unfractured. Excavation contractors should perform their own independent assessment of the rippability and excavatability of the rock at this site as part of their own cost estimating prior to bidding. Project No. 17-22189 32 Story Residential Tower P A G E | 4 The encountered subsurface soils can be generalized as flexible base material, select fill soils and expansive clays. Generally, the upper soils appear to be fill and are clayey sands and lean clays (SC and CL) which are reddish brown and dark brown in color. Underlying the surficial clays is tan weathered limestone and gray limestone with marl seams to termination depths of 70 feet. The plasticity index (PI) of the cohesive samples tested varied from 14 to 22, indicating a low to moderate soil plasticity. A high plasticity index is generally associated with an increased potential for active clayey soils to shrink and swell with changes in moisture content. The unconfined compressive strength of the rock tested ranged from 10,290 to 1,931,480 psf. The tested samples with the lower compressive strength results, generally contained marl seams and/or was a marl layer within the gray limestone. 4.3 Groundwater Free water was not observed in the borings during or upon completion of drilling. However, wash rotary drilling techniques and coring were performed in the borings. These techniques prevent meaningful groundwater observations from being obtained. Groundwater can be encountered above any of the less permeable soil or rock at this site, creating a temporary perched wa ter condition, particularly during wet periods of the year. Groundwater levels should be expected to fluctuate throughout the year with variations in precipitation, runoff, the water levels in nearby surface water features, and other factors not evident at the time of drilling. The scope of work did not include long-term observations of ground water or perched water conditions. In addition, it is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur following periods of inclement weather. These observations have been made during the course of the field exploration, as indicated on the Logs of Boring. A groundwater study has not been performed. Long-term observations would be necessary to more accurately evaluate the groundwater levels and fluctuations. If these services are desired, Rone would be pleased to provide groundwater level monitoring as an additional scope of services. Project No. 17-22189 32 Story Residential Tower P A G E | 5 5 ANALYSIS AND RECOMMENDATIONS 5.1 Seismic Site Class The site class for seismic design is based on several factors that include soil profile (soil or rock), shear wave velocity, density, relative hardness, and strength, averaged over a depth of 100 feet. The borings for this project did not extend to a depth of 100 feet; therefore, we assumed the soil and rock conditions below the depth of the borings to be similar to those encountered at the termination depth of the borings. Based on Section 1613.3.2 of the 2015 International Building Code and Table 20.3-1 of ASCE 7-10, we recommend using Site Class C (soft rock/stiff soil profile) for seismic design. 5.2 Potential Vertical Rise Between 20 and 25 feet of surficial soil and rock will be excavated for the below grade parking garage exposing gray limestone with marl seams. As the soils will b e removed during the excavation, we anticipate the Potential Vertical Rise (PVR) to be less than 1 inch. 5.3 Excavation Safety Considerations Please note that in accordance with Texas State Law, the design and maintenance of excavation safety systems is the sole responsibility of the contractor. Attention is drawn to OSHA Standards 29 CFR – 1926 Subpart P, including Appendices A and B, for guidance in the design of such systems. 5.4 Foundation Recommendations Several foundation systems have been discussed with the design team. Based on these discussions, a mat foundation is the preferred foundation system to support the concrete structure. All areas should be graded for positive drainage away from the foundation for optimum performance. Differential post construction ground movements beneath all flatwork and in all landscaping areas should be considered during the design of site grading near the structures, since clay soils are likely to remain beneath portions of the flatwork. The following recommendations have been prepared with these considerations in mind. Project No. 17-22189 32 Story Residential Tower P A G E | 6 5.4.1 Mat Foundation A net allowable bearing pressure of 65,000 psf may be used for design of the mat foundation bearing in competent gray limestone at a depth between 20 and 25 feet below existing grade. It is crucial that the excavation be terminated in competent gray limestone and not the softer, dark gray marl. An overstress of 30 percent may be applied to the net bearing pressure for transient loading. The design bearing pressure includes a design factor of safety of at least 3 against shear failure of the foundation bearing materials. A seal slab should be used to protect the bearing surface, as prolonged drying or inundation of water will result in changes in strength and compressibility characteristics. To accommodate the seal slab, the initial foundation excavation should be over-excavated by 4 inches and a lean concrete seal slab should be placed in to bottom of the excavation immediately following exposure of the bearing surface. The seal slab will protect the bearing surface, maintain moisture in the rock, facilitate dewatering of the excavation, if required, and provide a working surface for placement of formwork and reinforcing steel. 5.4.1.1 Settlement Analysis As previously discussed, a concrete-framed structure is to be constructed. Concrete structures of this magnitude can produce substantial unit contact pressures, and substantial ground deformations can occur. While unacceptable foundation deformations are not expected, a settlement analysis is recommended. For preliminary design purposes, Rone recommends the structural engineer assume a uniform modulus of subgrade reaction, k, of 300 pci. This modulus should not be considered as a final design value, only an initial estimate. Once the structural engineer has determined the contact pressures, a grid should be developed and forwarded to Rone for a settlement analysis. The grid should consist of position coordinates (x,y axis) and contact pressures on a 1-foot grid. With this above information, a settlement analysis can be performed and assess if additional refinement is required. Two to three iterations should be expected. Project No. 17-22189 32 Story Residential Tower P A G E | 7 5.4.2 Permanent Dewatering Permanent dewatering will be required at this site due to the excavation depth for the below grade parking garage. Failure to include a quality dewatering system may result in permanent seepage and/or moisture penetration into the building envelope, resulting in signif icant, long-term maintenance costs. If a diaphragm wall or tangent drilled shaft wall is utilized as the retention system, permanent dewatering behind the walls is not feasible without risk to adjacent improvements. These retention systems are often constructed to serve as both temporary earth retention systems and permanent below grade walls. If some type of temporary retention system is selected and the temporary walls will only retain the excavation until the below grade structure is completed, a permanent wall drainage system should be installed between the temporary and permanent walls to protect against the damaging effects of moisture penetration. A subfloor drain system should also be installed between the seal slab and the mat foundation. Subfloor drain systems often consist of lateral lines spaced about 15 feet apart, with th e lines being placed in sand-filled trenches. The granular filter media should be placed as a uniform thickness of at least 12 inches. A 6-inch perforated pipe, with a filter sock that meets or exceeds the properties of Mirafi 160N, should be placed in each trench with at least 3 inches of sand below the pipe and completely surrounded by clean filter sand. The sand within the trenches and below the floor should meet the gradation requirements of ASTM C33 fine aggregate (concrete sand). The concrete sand should not contain more than about 5 percent that is soluble in hydrochloric acid, such as carbonates; a silica sand is strongly preferred. Failure of the filter media, during the structures’ life, may result if the sand gradation is not achieved or soluble materials are used. The pipes should be interconnected with the discharge collected in a number of sumps. Previous experience suggests that the maximum distance of a drain to the nearest sump should not be more than 150 feet. Predicting the quantity of flow from the floor drain system is difficult and involves assumptions about seepage rates that are currently unknown. Project No. 17-22189 32 Story Residential Tower P A G E | 8 Selecting the size of the sumps poses a special challenge since the quantity of seepage is unknown. In general, we recommend the sumps be sized for a seepage flow resulting from the pipes flowing one-third full. However, the actual pump or pumps should initially be much smaller, with larger pumps installed should the initial pumps prove inadequate to handle the inflow. A two stage pumping system may also be installed with float actuators used to activate each pump at a predetermined water level. Power to the sump pumps must include a backup system capable of maintaining power during an event that disrupts electrical service. The backup system should be located so that it is also protected from flooding. 6 SITE PREPARATION AND FILL PLACEMENT The following recommendations for site preparation and fill placement may contain elements that do not appear to apply to the presently known conditions at the project site. These items have been included in this report since our experience has been that unforeseen obstacles are encountered on some project sites and progress can be delayed while written guidance is prepared. While we cannot cover every possible circumstance, we have attempted to address the most frequently occurring issues in this report section. 6.1 General Every attempt should be made to limit the extreme wetting or drying of the subsurface soils because swelling and shrinkage of these soils will result. Standard construction practices of providing good surface water drainage should be used. All grading should provide positive drainage away from the building and should prevent water from collecting near the edge of pavements and structure. Also, ditches or swales should be provided to carry the run-off water both during and after construction. Roof runoff should be collected by gutters and downspouts and should discharge away from the building. Utility excavation and/or site preparation may expose rock, which can be difficult to excavate. The contractor selected should have experience in construction and excavation within this formation. Backfill for utility lines or along the perimeter beams should consist of site -excavated soil, or properly processed rock from on-site excavation activities. If soil backfill is too dense and too dry, it will swell and a mound will form along the trench line. If soil backfill is too loose or too wet, it Project No. 17-22189 32 Story Residential Tower P A G E | 9 will settle and a depression will form along the trench line. Granular backfill, including processed rock from site excavation, should generally meet the gradation and plasticity requirements of TxDOT Item 247, Type A Grade 5. Experience has shown that crushed rock meeting these criteria can be readily compacted and are resistant to upper soils migrating into voids between rock fragments, resulting in damage to adjacent improvements. Backfill should be compacted as recommended in the section titled “Site Preparation and Fill Placement” below. If granular material is used for embedment in utility trenches, we recommend placing a clay plug, as a replacement for the granular embedment, at the location where the city line is located, at the location where the utility enters the structure, and at other connections. The intent is to prevent free moisture from passing through the granular embedment and entering the soil beneath the structure. Root systems from trees and shrubs can draw a substantial amount of water from the clay soils at this site, causing the clays to dry and shrink. This could cause settlement beneath grade- supported slabs such as floors, walks and paving. Trees and large bushes should be located a distance equal to at least one-half their anticipated mature height away from grade slabs. 6.2 Site Preparation Preparation of the site for any future construction should include the removal and proper disposal of any obstructions that would hinder construction. These obstructions should include all abandoned structures, foundations, debris, water wells, cisterns, septic tanks and loose material. It is the intent of these recommendations to provide for the removal and disposal of all obstructions not specifically provided for elsewhere by the plans and specifications. Utility excavation and/or site preparation will expose shallow rock, which can be difficult to excavate. The selected contractor should have experience in construction and excavation within this formation. It should be noted that this study did not include evaluating the rippability or excavatability of the subsurface materials at this site. The contractor should use his own experience in the area and perform his own studies when forming conclusions regarding appropriate means and methods to accomplish the planned construction. All excavations should be sloped, shored, or shielded in accordance with OSHA requirements. Project No. 17-22189 32 Story Residential Tower P A G E | 10 All concrete, trees, stumps, brush, abandoned structures, roots, vegetation, rubbish and any other undesirable matter should be removed and disposed of properly. It is the intent of these recommendations to provide a loose surface with no features that would tend to prevent uniform compaction by the equipment to be used. In general, we recommend that all active utilities that would extend beneath the building and are not intended to provide service to the structure be rerouted around the building footprint, and the abandoned lines be removed and disposed of properly. All abandoned utilities within the building that are not removed represent a risk to future building performance; if the lines are abandoned in place, they must be fully grouted and capped so that the pipes do not provide a ready conduit for water. All areas to be filled should be disced or bladed until uniform and free from large clods. Soils should be brought to the proper moisture content and compacted as indicated in Table 1, Fill Placement Criteria, below. Table 1: Fill Placement Criteria Item Description Plasticity Requirement Compaction Standard Density Requirement Moisture Requirement On-site soils General grading None ASTM D698 95% to 100% of maximum dry density Optimum moisture to 4% above optimum moisture Imported general fill General grading Liquid Limit less than 60 ASTM D698 95% to 100% of maximum dry density Optimum moisture to 4% above optimum moisture Utility backfill On-site soils 0-10’ below grade >10’ below grade None ASTM D698 95% to 100% of maximum dry density Minimum 100% of maximum dry density At least 2% above optimum moisture Minus 2% to plus 2% of optimum moisture 6.3 Density Tests Field density tests should be made by the geotechnical engineer or his representative. Density tests should be taken in each layer of the compacted material below the disturbed surface. If the materials fail to meet the density specified, the course should be reworked as necessary to obtain the specified compaction. Project No. 17-22189 32 Story Residential Tower P A G E | 11 The specified moisture content and compaction must be maintained until placement of the overlying lift, or construction of overlying flatwork. Failure to m aintain the moisture content and compaction could result in excessive soil movement and can have a detrimental effect of overlying fill and/or structures. The contractor must provide some means of controlling the moisture content and compaction (such as water hoses, water trucks, etc.). Maintaining subgrade moisture and compaction is always critical, but will require extra effort during warm, windy and/or sunny conditions. Density and moisture testing is recommended to provide some indication that adequate earthwork is being provided; however, the quality of the fill is the sole responsibility of the contractor. Satisfactory testing is not a guarantee of the quality of the contractor’s earthwork operations. 6.4 Site Grading Site grading operations should be performed in accordance with the recommendations provided in this report. The site grading plans and construction should strive to achieve positive drainage around all sides of the proposed building. Inadequate drainage around structures built on-grade will cause excessive vertical differential movements to occur. 6.5 Utility Backfill If on-site clayey soils are used as backfill, these materials should be placed in maximum 6-inch lifts and properly compacted to between 95 and 100 percent of the maximum dry density, as determined by Standard Moisture Density Relation test (ASTM D 698), and at a moisture content of at least two percentage points (min +2%) above the soils optimum moisture content. In instances where utility lines are more than 10 feet deep, the backfill below 10 feet should be compacted to 100 percent of the maximum dry density, as determined by Standard Moisture Density Relation test (ASTM D 698) and at a moisture content of within two percentage points (- 2 to +2%) of the soils optimum moisture content. It is typical for fills over 10 foot in depth to experience settlement. On an average, fills over 10 feet will experience between 1 and 2 percent settlement. This should be considered when designing utility lines beneath pavements, flatwork or any structure. Project No. 17-22189 32 Story Residential Tower P A G E | 12 6.6 Construction Observations In any geotechnical study, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, during construction quite often anomalies in the subsurface conditions are revealed. The potential for the presence of varied geologic formations and significantly different support conditions at this site, which could result in changes in our design recommendations, increases the risk of damaging soil movements at this site. Therefore, it is recommended that Rone Engineering Services, Ltd. be retained to observe earthwork and foundation installation, and perform materials evaluation and testing during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers, and the geotechnical engineer. 7 STUDY CLOSURE The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field exploration and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this study and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, Project No. 17-22189 32 Story Residential Tower P A G E | 13 structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our study to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that Rone Engineering Services, Ltd. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this study. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the study, and such other field observations as might be necessary. This study has been prepared for the exclusive use of the client and their designated agents for specific application to design of this project. We have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No warranty, expressed or implied, is made or intended. 8 COPYRIGHT 2018 RONE ENGINEERING SERVICES, LTD. This document, including all text and graphics, are copyrighted materials that are the property of Rone Engineering Services, Ltd. except as otherwise noted. This document may not be used, in whole or in part, without the express written permission of Rone Engineering Services, Ltd. APPENDIX A APPROVED BY: REVISED BY: DRAWN BY: FILE NAME: PROJECT NO: DATE: DATE: DATE: CM REVISED BY:DATE: KM 17-22189 1722189.DWG 03-27-2018 03-27-2018 PLATE A.1 VICINITY MAP 32 STORY RESIDENTIAL BUILDING NORTHEAST CORNER OF 9TH STREET & COMMERCE AVENUE FORT WORTH, TEXAS SCALE: NTS SITE PLATE A.2 GEOLOGY MAP 32 STORY RESIDENTIAL BUILDING NORTHEAST CORNER OF 9TH STREET & COMMERCE AVENUE FORT WORTH, TEXAS SCALE: NTS APPROVED BY: REVISED BY: DRAWN BY: FILE NAME: PROJECT NO: DATE: DATE: DATE: CM REVISED BY:DATE: KM 17-22189 1722189.DWG 03-27-2018 03-27-2018 SITE COMMERCE STREETCALHOUN STREETEAST 9TH STREETEAST 8TH STREETB1B2B3B4B53-STORY BR ICKBUILD ING APPROVED BY:REVISED BY:DRAWN BY:FILE NAME:PROJECT NO:DATE:DATE:DATE:REVISED BY:DATE:CMPLATE A.3BORING LOCATION DIAGRAM32 STORY RESIDENTIAL BUILDINGNORTHEAST CORNER OF 9TH STREET & COMMERCE AVENUEFORT WORTH, TEXASKM17-221891722189.DWG03-27-201803-27-2018SCALE: NTS 74830 43530 22980 137 134 123 100/1'' 100/1'' 12 12 12 8 16 11 8 11 15 ASPHALT - approximately 4 inches FLEXBASE - approximately 4-1/2 feet FILL, CLAYEY SAND (SC) - brown to tan w/gravel WEATHERED LIMESTONE - tan w/clay seams LIMESTONE - gray w/marl seams - RQD = 72% - RQD = 40% - RQD = 67% - RQD = 41% 34 37 95 97 73 97 Completion Date LOG OF BORING NO.PlasticLimit, %Completion Depth Project No. While Drilling Not Encountered At Boring Completion End of Day After Boring Completion 32 Story Residential Tower Fort Worth, Texas 10-21-17 SamplesCFA Water Observations (feet) 70.0'REC %B- 1 Boring No.SymbolUnconfinedCompressionpsfType Stratum Description MoistureContent, %17-22189 Passing No. 200Sieve, %Dry Unit WeightpcfPlasticityIndexLiquidLimit, %NW Corner Not Encountered PenetrometerReading, TSFSPT - Blows/FootTCP - Blows/InchDepth, Ft.Plate A.4a Not Applicable Location Continued Next Page B- 1 5 10 15 20 25 30 35 40 Surface Elevation RONE ENGINEERING LOGS-1 BASE.GPJ TRANSMISSION WITH PMT.GDT 1/10/18 978140 127500 158 143 100/1/2'' 100/1/2'' 2 6 - RQD = 16% - RQD = 50% - RQD = 64% Boring terminated at 70 feet 91 88 93 Completion Date LOG OF BORING NO.PlasticLimit, %Completion Depth Project No. While Drilling Not Encountered At Boring Completion End of Day After Boring Completion 32 Story Residential Tower Fort Worth, Texas 10-21-17 SamplesCFA Water Observations (feet) 70.0'REC %B- 1 Boring No.SymbolUnconfinedCompressionpsfType Stratum Description MoistureContent, %17-22189 Passing No. 200Sieve, %Dry Unit WeightpcfPlasticityIndexLiquidLimit, %NW Corner Not Encountered PenetrometerReading, TSFSPT - Blows/FootTCP - Blows/InchDepth, Ft.Plate A.4b Not Applicable Location B- 1 45 50 55 60 65 70 Surface Elevation RONE ENGINEERING LOGS-1 BASE.GPJ TRANSMISSION WITH PMT.GDT 1/10/18 12 18 692600 399170 180660 375360 90960 21910 156520 474020 146 146 133 146 132 116 141 143 26 40 2.75 3.25 4.5+ N=65/12'' 100/1'' 100/2-3/4'' 100/1'' 100/3/4'' 100/3/4'' 100/1/2'' 11 21 13 4 3 9 5 11 12 6 8 14 22 ASPHALT - approximately 4 inches FILL, CLAYEY SAND (SC) - reddish brown FILL, SANDY LEAN CLAY (CL) - dark brown w/calcareous nodules and course gravel WEATHERED LIMESTONE - tan LIMESTONE - gray w/marl seams - RQD = 37% - RQD = 35% - RQD = 50% - RQD = 59% - RQD = 9% 34 51 67 78 92 88 70 Completion Date LOG OF BORING NO.PlasticLimit, %Completion Depth Project No. While Drilling Not Encountered At Boring Completion End of Day After Boring Completion 32 Story Residential Tower Fort Worth, Texas 10-8-17 SamplesCFA Water Observations (feet) 55.0'REC %B- 2 Boring No.SymbolUnconfinedCompressionpsfType Stratum Description MoistureContent, %17-22189 Passing No. 200Sieve, %Dry Unit WeightpcfPlasticityIndexLiquidLimit, %Center East Side Not Encountered PenetrometerReading, TSFSPT - Blows/FootTCP - Blows/InchDepth, Ft.Plate A.5a Not Applicable Location Continued Next Page B- 2 5 10 15 20 25 30 35 40 Surface Elevation RONE ENGINEERING LOGS-1 BASE.GPJ TRANSMISSION WITH PMT.GDT 1/10/18 235080 76780 238260 172390 391340 150 139 147 159 156 100/1'' 100/1/2'' 100/1'' 100/1/2'' 4 8 4 6 3 - RQD = 30% - RQD = 59% - RQD = 7% Boring terminated at 55 feet 90 76 90 Completion Date LOG OF BORING NO.PlasticLimit, %Completion Depth Project No. While Drilling Not Encountered At Boring Completion End of Day After Boring Completion 32 Story Residential Tower Fort Worth, Texas 10-8-17 SamplesCFA Water Observations (feet) 55.0'REC %B- 2 Boring No.SymbolUnconfinedCompressionpsfType Stratum Description MoistureContent, %17-22189 Passing No. 200Sieve, %Dry Unit WeightpcfPlasticityIndexLiquidLimit, %Center East Side Not Encountered PenetrometerReading, TSFSPT - Blows/FootTCP - Blows/InchDepth, Ft.Plate A.5b Not Applicable Location B- 2 45 50 55 Surface Elevation RONE ENGINEERING LOGS-1 BASE.GPJ TRANSMISSION WITH PMT.GDT 1/10/18 13 682440 76270 186430 211690 377450 147 129 147 142 159 27 4.5+ N=27/12'' N=50/4'' 100/7'' 100/1'' 100/2-1/2'' 100/2-1/2'' 11 11 13 4 4 8 5 6 0 14ASPHALT - approximately 5 inches FLEXBASE - approximately 4 inches FILL, CLAYEY SAND (SC) - reddish brown - FILL, brown to tan w/calcareous nodules and limestone fragments WEATHERED LIMESTONE - tan w/clay seams LIMESTONE - gray w/marl seams - RQD = 21% - RQD = 57% - RQD = 37% - RQD = 43% - RQD = 70% 38 7 17 100 47 55 83 Completion Date LOG OF BORING NO.PlasticLimit, %Completion Depth Project No. While Drilling Not Encountered At Boring Completion End of Day After Boring Completion 32 Story Residential Tower Fort Worth, Texas 10-8-17 SamplesCFA Water Observations (feet) 70.0'REC %B- 3 Boring No.SymbolUnconfinedCompressionpsfType Stratum Description MoistureContent, %17-22189 Passing No. 200Sieve, %Dry Unit WeightpcfPlasticityIndexLiquidLimit, %Center West Side Not Encountered PenetrometerReading, TSFSPT - Blows/FootTCP - Blows/InchDepth, Ft.Plate A.6a Not Applicable Location Continued Next Page B- 3 5 10 15 20 25 30 35 40 Surface Elevation RONE ENGINEERING LOGS-1 BASE.GPJ TRANSMISSION WITH PMT.GDT 1/10/18 233600 55104 125680 162410 517000 562700 333590 142560 101350 196920 150 131 140 140 153 154 153 138 150 142 100/3/4'' 100/1-1/4'' 4 11 6 5 2 2 3 7 4 6 - RQD = 80% - RQD = 73% - RQD = 24% - RQD = 53% - RQD = 63% Boring terminated at 70 feet 93 90 87 68 78 Completion Date LOG OF BORING NO.PlasticLimit, %Completion Depth Project No. While Drilling Not Encountered At Boring Completion End of Day After Boring Completion 32 Story Residential Tower Fort Worth, Texas 10-8-17 SamplesCFA Water Observations (feet) 70.0'REC %B- 3 Boring No.SymbolUnconfinedCompressionpsfType Stratum Description MoistureContent, %17-22189 Passing No. 200Sieve, %Dry Unit WeightpcfPlasticityIndexLiquidLimit, %Center West Side Not Encountered PenetrometerReading, TSFSPT - Blows/FootTCP - Blows/InchDepth, Ft.Plate A.6b Not Applicable Location B- 3 45 50 55 60 65 70 Surface Elevation RONE ENGINEERING LOGS-1 BASE.GPJ TRANSMISSION WITH PMT.GDT 1/10/18 513560 10290 548910 31180 11050 63760 21120 969270 143 132 147 137 112 144 120 162 100/2'' 100/3-1/2'' 100/3/4'' 100/1/4'' 100/1'' 100/1/2'' 100/1/4'' 7 12 6 9 13 8 14 2 ASPHALT - approximately 4 inches FLEXBASE - approximately 3 feet WEATHERED LIMESTONE - tan w/clay seams LIMESTONE - gray w/marl seams - RQD = 17% - RQD = 69% - RQD = 67% - RQD = 80% - RQD = 30% 69 93 87 80 85 Completion Date LOG OF BORING NO.PlasticLimit, %Completion Depth Project No. While Drilling Not Encountered At Boring Completion End of Day After Boring Completion 32 Story Residential Tower Fort Worth, Texas 10-15-17 SamplesCFA Water Observations (feet) 70.0'REC %B- 4 Boring No.SymbolUnconfinedCompressionpsfType Stratum Description MoistureContent, %17-22189 Passing No. 200Sieve, %Dry Unit WeightpcfPlasticityIndexLiquidLimit, %SW Corner Not Encountered PenetrometerReading, TSFSPT - Blows/FootTCP - Blows/InchDepth, Ft.Plate A.7a Not Applicable Location Continued Next Page B- 4 5 10 15 20 25 30 35 40 Surface Elevation RONE ENGINEERING LOGS-1 BASE.GPJ TRANSMISSION WITH PMT.GDT 1/10/18 26670 33020 372810 298950 109440 27070 307170 84200 44800 101910 135 138 153 148 143 136 152 139 144 143 100/3-3/4'' 100/1'' 100/1/4'' 100/1/4'' 100/1/2'' 10 8 4 4 6 8 4 8 6 6 - RQD = 28% - RQD = 55% - RQD = 43% - RQD = 15% - RQD = 77% - RQD = 94% Boring terminated at 70 feet 73 79 87 78 90 94 Completion Date LOG OF BORING NO.PlasticLimit, %Completion Depth Project No. While Drilling Not Encountered At Boring Completion End of Day After Boring Completion 32 Story Residential Tower Fort Worth, Texas 10-15-17 SamplesCFA Water Observations (feet) 70.0'REC %B- 4 Boring No.SymbolUnconfinedCompressionpsfType Stratum Description MoistureContent, %17-22189 Passing No. 200Sieve, %Dry Unit WeightpcfPlasticityIndexLiquidLimit, %SW Corner Not Encountered PenetrometerReading, TSFSPT - Blows/FootTCP - Blows/InchDepth, Ft.Plate A.7b Not Applicable Location B- 4 45 50 55 60 65 70 Surface Elevation RONE ENGINEERING LOGS-1 BASE.GPJ TRANSMISSION WITH PMT.GDT 1/10/18 311050 136600 176740 145 133 144 N=50/2-1/2'' 18/12'' 100/1'' 100/1/2'' 100/2'' 100/3/4'' 100/1/2'' 100/1'' 22 5 3 9 6 ASPHALT - approximately 4 inches FILL, FAT CLAY (CH) - dark brown w/gravel and limestone fragments WEATHERED LIMESTONE - tan - RQD = 42% LIMESTONE - gray w/marl seams - RQD = 35% - RQD = 0% - RQD = 74% - RQD = 8% 76 66 95 35 83 68 Completion Date LOG OF BORING NO.PlasticLimit, %Completion Depth Project No. While Drilling Not Encountered At Boring Completion End of Day After Boring Completion 32 Story Residential Tower Fort Worth, Texas 9-30-17 SamplesCFA Water Observations (feet) 70.0'REC %B- 5 Boring No.SymbolUnconfinedCompressionpsfType Stratum Description MoistureContent, %17-22189 Passing No. 200Sieve, %Dry Unit WeightpcfPlasticityIndexLiquidLimit, %East Side Not Encountered PenetrometerReading, TSFSPT - Blows/FootTCP - Blows/InchDepth, Ft.Plate A.8a Not Applicable Location Continued Next Page B- 5 5 10 15 20 25 30 35 40 Surface Elevation RONE ENGINEERING LOGS-1 BASE.GPJ TRANSMISSION WITH PMT.GDT 1/10/18 163050 198030 160800 1448940 1931480 97280 141 150 149 158 163 143 100/3/4'' 100/1/2'' 100/1/2'' 100/3/4'' 100/1/2'' 100/1/2'' 7 3 5 1 1 5 - RQD = 40% - RQD = 27% - RQD = 15% - RQD = 35% - RQD = 60% Boring terminated at 70 feet 60 55 83 90 95 Completion Date LOG OF BORING NO.PlasticLimit, %Completion Depth Project No. While Drilling Not Encountered At Boring Completion End of Day After Boring Completion 32 Story Residential Tower Fort Worth, Texas 9-30-17 SamplesCFA Water Observations (feet) 70.0'REC %B- 5 Boring No.SymbolUnconfinedCompressionpsfType Stratum Description MoistureContent, %17-22189 Passing No. 200Sieve, %Dry Unit WeightpcfPlasticityIndexLiquidLimit, %East Side Not Encountered PenetrometerReading, TSFSPT - Blows/FootTCP - Blows/InchDepth, Ft.Plate A.8b Not Applicable Location B- 5 45 50 55 60 65 70 Surface Elevation RONE ENGINEERING LOGS-1 BASE.GPJ TRANSMISSION WITH PMT.GDT 1/10/18 SOIL OR ROCK TYPES CLAY FAT CLAY LEAN CLAY SANDY CLAY TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Consistency Very Soft Soft Firm Hard Very Hard Penetrometer Reading, (tsf) < 0.5 0.5 to 1.0 1.0 to 2.0 2.0 to 4.0 > 4.0 Unconfined Compression, (psf) < 1000 1000 to 2000 2000 to 4000 4000 to 8000 > 8000 Coarse Grained Soils (More than 50% Retained on No. 200 Sieve) Penetration Resistance (Blows / Foot) 0 to 4 4 to 10 10 to 30 30 to 50 Over 50 Descriptive Item Very Loose Loose Medium Dense Dense Very Dense Relative Density 0 to 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Soil Structure Calcareous Slickensided Laminated Fissured Interbedded Contains appreciable deposits of calcium carbonate; generally nodular Having inclined planes of weakness that ate slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Composed of alternated layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Soft Moderately Hard Hard Very Hard Poorly Cemented or Friable Cemented Can be remolded in hand; corresponds in consistency up to hard in soils Can be scratched with fingernail Can be scratched easily with knife; cannot be scratched with fingernail Difficult to scratch with knife Cannot be scratched with knife Easily crumbled Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Slightly Weathered Weathered Extremely Weathered Rock in its natural state before being exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.9 Shelby Tube Auger Split Spoon Rock Core Cone Pen No Recovery LIMESTONE CLAYEY SAND SHALE SAND-POORLY GRADED SAND-WELL GRADED LIMESTONE-WEATHERED CONCRETE FILL GRAVEL CLAYEY GRAVEL MARL SILT UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.10Coarse - Grained Soils(more than half of the material is larger than No. 200 Sieve size)Major Divisions Gravels(more than half of coarse fraction is largerthan No. 4 Sieve size)Sands(more than half of coarse fraction issmaller than No. 4 Sieve size)Sands with fines(Appreciableamount of fines)Clean sands(Little or no fines)Gravels with fines(Appreciableamount of fines)Clean gravels(Little or no fines)Grp. Sym. GW GP GM GC SW SP SM SC Typical Names Well graded gravels, gravel-sand mixtures, little or no fines Poorly graded gravels, gravel-sand mixtures, little or no fines Silty gravels, gravel - sand - silt mixtures Clayey gravels, gravel - sand - clay mixtures Well graded sands, gravelly sands, little or no fines Poorly graded sands, gravelly sands, little or no fines Silty sands, sand silt mixtures Clayey sands, sand clay mixtures Determine percentages of sand and gravel form grain size curve.Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse-grained soilsare classified as followsLess than 5 percent..............................GW,GP,SW,SPMore than 12 percent............................GM,GC,SM,SC5 to 12 percent......Borderline cases requiring dual symbolsLaboratory Classification Criteria C = ---- greater than 4:u D D60 10 C = ------ between 1 and 3cD x D (D )30 10 60 2 Not meeting all gradation requirements for GW Liquid and Plastic limits below "A" line or P.I. greater than 4 Liquid and Plastic limits above "A" line with P.I. greater than 7 Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requiring use of dual symbols C = ---- greater than 6:u D D60 10 C = ------ between 1 and 3cD x D (D )30 10 60 2 Not meeting all gradation requirements for SW Liquid and Plastic limits below "A" line or P.I. less than 4 Liquid and Plastic limits above "A" line with P.I. greater than 7 Liquid and plastic limits plotting between 4 and 7 are borderline cases requiring use of dual symbols Fine - Grained Soils(more than half of the material is smaller than No. 200 Sieve)Silts and Clays(Liquid limit lessthan 50)Silts and Clays(Liquid limit greaterthan 50)HighlyOrganicsoilsML CL OL Inorganic silts and very fine sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, and lean clays Organic silts and organic silty clays of low plasticity MH CH OH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, organic silts Pt Peat and other highly organic soils CH OH and MH ML and OL"A" LineCL 10 20 30 40 50 60 10 20 30 40 50 60 70 80 90 1000 0 CL-MLPLASTICITY INDEXLIQUID LIMIT PLASTICITY CHART APPENDIX B B-1 FIELD EXPLORATION Subsurface conditions were defined by 5 sample borings located as shown on the Boring Location Diagram, Plate A.3. The borings were completed at locations staked in fie ld by Rone personnel. The borings were advanced between sample i ntervals using continuous flight auger drilling procedures. The results of each boring are shown graphically on the Logs of Boring . Sample depth, description, and soil classification based on the Unified Soil Classification System are shown on the Logs of Borings. Keys to the symbols and terms used on the Logs of Borings are presented in the appendix section of the report Relatively undisturbed samples of cohesive soils were obtained with nominal 3 -inch diameter tube samplers at the locations shown on the logs of borings. The tube sampler consists of a steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the undisturbed sample at a constant rate to a depth of 0.25 -inch. The results of these tests are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is ex ceeded, the value is tabulated as 4.5+. Samples were obtained using split-barrel sampling procedures in general accordance with ASTM D1586. In the split-barrel procedure, a disturbed sample is obtained in a standard 2 inch OD split barrel-sampling spoon driven into 18 inches into the ground using a 140 -pound hammer falling freely 30 inches. The number of blows for the last 12 inches of a standard 18 -inch penetration is recorded as the Standard Penetration Test resistance (N -value). The N-values are recorded on the boring logs at the depth of sampling. The samples were sealed and returned to our laboratory for further examination and testing. The encountered rock and rock-like materials were evaluated with a modified version of the Texas Cone Penetration test. Texas Department of Transportation (TX-DOT) Test Method Tex-132-E B-1 specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respected test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Groundwater observations during and after completion of the boring are shown on the upper right of the boring log. Upon completion of the boring, the borehol es were backfilled with auger cuttings to ground level. B-2 LABORATORY TESTING General Laboratory tests were performed on selected samples, retrieved from the borings, to evaluate the engineering characteristics of the subsurface materials encountered and to provide data for developing engineering design parameters. The subsurface materials recovered during the field exploration were described by an engineering geologist or senior staff member in the field and/or the laboratory and were later refined based on results of the laboratory tests performed. Classification Tests Visual classification of soils was verified by natural moisture content determinations, Atterberg limits determinations, and gradation tests (percent passing the No. 200 U.S. Standard Sieve). These tests were performed in general accordance with American Society for Testing and Materials (ASTM) procedures as follows: All recovered soil samples were classified and described, in part, using the Unified Soil Classification System (USCS). To determine soil characteristics and to aid in classifying the soils, index property and classification testing was performed on selected samples of the soils. Testing was performed in general accordance with the following ASTM standards, as applicable. Atterberg Limits Percentage of Particles Passing the No. 200 Sieve Moisture Content Dry Unit Weight Unconfined Compressive Strength ASTM D 4318 ASTM D 1140 ASTM D 2216 ASTM D 2167 ASTM D 2166 B-2 Compression Strength Tests – Rock Cores Unconfined and confined compression tests were performed on selected samples of the rock core recoveries. In the unconfined compression test, a cylindrical specimen is subjected to axial load at a constant rate of strain at atmospheric pressure until failure occurs. Test procedures were in general accordance with ASTM D 2938. Rock unconfined compression strengths are shown on the boring logs. APPENDIX C Geotechnical-Engineering Report Important Information about This Subsurface problems are a principal cause of construction delays, cost overruns, claims, and disputes. While you cannot eliminate all such risks, you can manage them. The following information is provided to help. The Geoprofessional Business Association (GBA) has prepared this advisory to help you – assumedly a client representative – interpret and apply this geotechnical-engineering report as effectively as possible. In that way, clients can benefit from a lowered exposure to the subsurface problems that, for decades, have been a principal cause of construction delays, cost overruns, claims, and disputes. If you have questions or want more information about any of the issues discussed below, contact your GBA-member geotechnical engineer. Active involvement in the Geoprofessional Business Association exposes geotechnical engineers to a wide array of risk-confrontation techniques that can be of genuine benefit for everyone involved with a construction project. Geotechnical-Engineering Services Are Performed for Specific Purposes, Persons, and Projects Geotechnical engineers structure their services to meet the specific needs of their clients. A geotechnical-engineering study conducted for a given civil engineer will not likely meet the needs of a civil- works constructor or even a different civil engineer. Because each geotechnical-engineering study is unique, each geotechnical- engineering report is unique, prepared solely for the client. Those who rely on a geotechnical-engineering report prepared for a different client can be seriously misled. No one except authorized client representatives should rely on this geotechnical-engineering report without first conferring with the geotechnical engineer who prepared it. And no one – not even you – should apply this report for any purpose or project except the one originally contemplated. Read this Report in Full Costly problems have occurred because those relying on a geotechnical- engineering report did not read it in its entirety. Do not rely on an executive summary. Do not read selected elements only. Read this report in full. You Need to Inform Your Geotechnical Engineer about Change Your geotechnical engineer considered unique, project-specific factors when designing the study behind this report and developing the confirmation-dependent recommendations the report conveys. A few typical factors include: •the client’s goals, objectives, budget, schedule, and risk-management preferences; •the general nature of the structure involved, its size, configuration, and performance criteria; •the structure’s location and orientation on the site; and •other planned or existing site improvements, such as retaining walls, access roads, parking lots, and underground utilities. Typical changes that could erode the reliability of this report include those that affect: •the site’s size or shape; •the function of the proposed structure, as when it’s changed from a parking garage to an office building, or from a light-industrial plant to a refrigerated warehouse; •the elevation, configuration, location, orientation, or weight of the proposed structure; •the composition of the design team; or •project ownership. As a general rule, always inform your geotechnical engineer of project changes – even minor ones – and request an assessment of their impact. The geotechnical engineer who prepared this report cannot accept responsibility or liability for problems that arise because the geotechnical engineer was not informed about developments the engineer otherwise would have considered. This Report May Not Be Reliable Do not rely on this report if your geotechnical engineer prepared it: •for a different client; •for a different project; •for a different site (that may or may not include all or a portion of the original site); or •before important events occurred at the site or adjacent to it; e.g., man-made events like construction or environmental remediation, or natural events like floods, droughts, earthquakes, or groundwater fluctuations. Note, too, that it could be unwise to rely on a geotechnical-engineering report whose reliability may have been affected by the passage of time, because of factors like changed subsurface conditions; new or modified codes, standards, or regulations; or new techniques or tools. If your geotechnical engineer has not indicated an “apply-by” date on the report, ask what it should be, and, in general, if you are the least bit uncertain about the continued reliability of this report, contact your geotechnical engineer before applying it. A minor amount of additional testing or analysis – if any is required at all – could prevent major problems. Most of the “Findings” Related in This Report Are Professional Opinions Before construction begins, geotechnical engineers explore a site’s subsurface through various sampling and testing procedures. Geotechnical engineers can observe actual subsurface conditions only at those specific locations where sampling and testing were performed. The data derived from that sampling and testing were reviewed by your geotechnical engineer, who then applied professional judgment to form opinions about subsurface conditions throughout the site. Actual sitewide-subsurface conditions may differ – maybe significantly – from those indicated in this report. Confront that risk by retaining your geotechnical engineer to serve on the design team from project start to project finish, so the individual can provide informed guidance quickly, whenever needed. C-1 This Report’s Recommendations Are Confirmation-Dependent The recommendations included in this report – including any options or alternatives – are confirmation-dependent. In other words, they are not final, because the geotechnical engineer who developed them relied heavily on judgment and opinion to do so. Your geotechnical engineer can finalize the recommendations only after observing actual subsurface conditions revealed during construction. If through observation your geotechnical engineer confirms that the conditions assumed to exist actually do exist, the recommendations can be relied upon, assuming no other changes have occurred. The geotechnical engineer who prepared this report cannot assume responsibility or liability for confirmation- dependent recommendations if you fail to retain that engineer to perform construction observation. This Report Could Be Misinterpreted Other design professionals’ misinterpretation of geotechnical- engineering reports has resulted in costly problems. Confront that risk by having your geotechnical engineer serve as a full-time member of the design team, to: •confer with other design-team members, •help develop specifications, •review pertinent elements of other design professionals’ plans and specifications, and •be on hand quickly whenever geotechnical-engineering guidance is needed. You should also confront the risk of constructors misinterpreting this report. Do so by retaining your geotechnical engineer to participate in prebid and preconstruction conferences and to perform construction observation. Give Constructors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can shift unanticipated-subsurface-conditions liability to constructors by limiting the information they provide for bid preparation. To help prevent the costly, contentious problems this practice has caused, include the complete geotechnical-engineering report, along with any attachments or appendices, with your contract documents, but be certain to note conspicuously that you’ve included the material for informational purposes only. To avoid misunderstanding, you may also want to note that “informational purposes” means constructors have no right to rely on the interpretations, opinions, conclusions, or recommendations in the report, but they may rely on the factual data relative to the specific times, locations, and depths/elevations referenced. Be certain that constructors know they may learn about specific project requirements, including options selected from the report, only from the design drawings and specifications. Remind constructors that they may perform their own studies if they want to, and be sure to allow enough time to permit them to do so. Only then might you be in a position to give constructors the information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Conducting prebid and preconstruction conferences can also be valuable in this respect. Read Responsibility Provisions Closely Some client representatives, design professionals, and constructors do not realize that geotechnical engineering is far less exact than other engineering disciplines. That lack of understanding has nurtured unrealistic expectations that have resulted in disappointments, delays, cost overruns, claims, and disputes. To confront that risk, geotechnical engineers commonly include explanatory provisions in their reports. Sometimes labeled “limitations,” many of these provisions indicate where geotechnical engineers’ responsibilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenvironmental Concerns Are Not Covered The personnel, equipment, and techniques used to perform an environmental study – e.g., a “phase-one” or “phase-two” environmental site assessment – differ significantly from those used to perform a geotechnical-engineering study. For that reason, a geotechnical- engineering report does not usually relate any environmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated subsurface environmental problems have led to project failures. If you have not yet obtained your own environmental information, ask your geotechnical consultant for risk-management guidance. As a general rule, do not rely on an environmental report prepared for a different client, site, or project, or that is more than six months old. Obtain Professional Assistance to Deal with Moisture Infiltration and Mold While your geotechnical engineer may have addressed groundwater, water infiltration, or similar issues in this report, none of the engineer’s services were designed, conducted, or intended to prevent uncontrolled migration of moisture – including water vapor – from the soil through building slabs and walls and into the building interior, where it can cause mold growth and material-performance deficiencies. Accordingly, proper implementation of the geotechnical engineer’s recommendations will not of itself be sufficient to prevent moisture infiltration. Confront the risk of moisture infiltration by including building-envelope or mold specialists on the design team. Geotechnical engineers are not building- envelope or mold specialists. Copyright 2016 by Geoprofessional Business Association (GBA). Duplication, reproduction, or copying of this document, in whole or in part, by any means whatsoever, is strictly prohibited, except with GBA’s specific written permission. Excerpting, quoting, or otherwise extracting wording from this document is permitted only with the express written permission of GBA, and only for purposes of scholarly research or book review. Only members of GBA may use this document or its wording as a complement to or as an element of a report of any kind. Any other firm, individual, or other entity that so uses this document without being a GBA member could be committing negligent Telephone: 301/565-2733 e-mail: info@geoprofessional.org www.geoprofessional.org C-1 GEOTECHNICAL ENGINEERING EARTHWORKS CONTROL ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIAL TESTING DALLAS | FORT WORTH | AUSTIN | HOUSTON 3201 NE LOOP 820, SUITE 180 | FORT W ORTH, TEXAS 76137 | TEL: 817.717.1040 December 17, 2019 Mr. Julian Bernal Southern Land Company 3990 Hillsboro Pike, Suite 400 Nashville, Tennessee 37215 Re: Grade Supported Floor Slab Addendum Proposed Residential Tower 901 Commerce Street Fort Worth, Texas Rone Project No. 17-22189 Dear Mr. Bernal: Rone Engineering Services, Ltd. (Rone) has been requested to provide additional recommendations for grade support of the building floor slab for the referenced project. This request was made by Mr. Glen Morgenweck with GDA Architects in an email to Rone on December 13, 2019. This letter presents our analysis and recommendations and should be considered an addendum to Rone’s Geotechnical Engineering Report 17-22189, dated March 27, 2018, and any other addenda. This letter should not be considered separately from the geotechnical engineering report. Background Original plans for the proposed residential tower called for the structure to have up to two full levels of parking below grade. Subsequent to issuance of the final geotechnical report, the building went through several design iterations, with the final “for construction” design documents having all parking and residential units above grade, with the exception of small isolated equipment features, such as elevator pits. Although subgrade preparation and fill placement requirements are provided in the aforementioned report, the report does not specifically address grade supported floor slabs as the only grade supported slab was going to be first level paving for the parking garage roughly 15 to 20 feet below existing site grade, which is comprised entirely of limestone at these depths. Subgrade Preparation The near surface soil profile at the sampled locations during the Rone field investigation encountered clayey sand (SC), lean s andy clay (CL), flexible base and fat clay (CH). These near Grade Supported Floor Slab Addendum Proposed Residential Tower 901 Commerce Street, Fort Worth, Texas Rone Project No. 17-22189 December 17, 2019 Page 2 surface soils were also found to include small limestone pieces with depth , and transitioned to a weathered limestone at depths of 2 to 6 feet from existing ground surface. In order to establish a condition of uniform support beneath grade supported floor slabs and parking structure pavements, the building subgrade fill should be excavated to the top of the tan weathered limestone, then placed in loose lifts, not exceeding 10 inches, and placed as presented in Table 1: Fill Placement Criteria on Page 10 of the geotechnical report. Fill placement should conform to the specifications as indicated in the row titled “on -site soils”. All other information presented in our original geotechnical report remains unchanged. Thank you for the opportunity to provide additional services to you for this project. Please call if you have any questions regarding this letter. Respectfully submitted, Eric Hollabaugh, P.E. Mark D. Gray, P.E. Senior Geotechnical Engineer Partner Texas Engineering Firm License No. F-1572 This is an unsecured version of the geotechnical engineering report. The original secured copy of this report contains the licensed engineer’s signature and seal. The signature and seal have been removed from this unsecured document to comply with the Texas state licensing board’s requirement to secure sealed documents. GEOTECHNICAL ENGINEERING EARTHWORKS CONTOL ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIAL TESTING DALLAS | FORT WORTH | AUSTIN | HOUSTON 3201 NE LOOP 820, SUITE 180 | FORT W ORTH, TEXAS 76137 | TEL: 817.717.1040 February 2, 2021 Mr. Julian Bernal Southern Land Company 3990 Hillsboro Pike, Suite 400 Nashville, Tennessee 37215 Re: Addendum to Geotechnical Engineering Report Proposed Residential Tower 901 Commerce Street Fort Worth, Texas Rone Project No. 17-22189 Dear Mr. Bernal: Rone Engineering Services, Ltd. (Rone) has been requested to provide additional recommendations for pavements for the referenced project. This request was made by Mr. Glen Morgenweck with GDA Architects in an email to Rone on September 12, 2019. This letter presents our analysis and recommendations and should be considered an addendum to Rone’s Geotechnical Engineering Report 17-22189, dated March 27, 2019. This letter should not be considered separately from the geotechnical engineering report. We understand paving for the project will consist of grade supported flatwork (sidewalks) at the building exterior and an entry drive in and out of the parking structure along East 8th Street. There will also be a service entry at the east side of the building off Calhoun Street, and grade level paving in the parking garage. Pavement details as currently planned are shown on Pages L1 and L2 provided to Rone by the project architect. W e anticipate the garage and service entry pavements to be on cuts in the weathered limestone encountered at roughly 5 feet below the existing ground surface. Ramped areas to the street level will be on controlled fills placed within the site excavation during construction. Perimeter flatwork is also expect ed to be placed on reconditioned fill following site excavation and vertical construction. Recommendations for flatwork and grade supported pavements are presented in the following sections. Pavement Design Recommendations When designing proposed pavement sections for ramps, service loading areas and garage slabs, subgrade conditions must be considered along with expected traffic use/frequency, pavement type, and design period. We understand the proposed pavement section will consist of reinforced Addendum to Geotechnical Engineering Report Proposed Residential Tower 901 Commerce Street, Fort Worth, Texas Rone Project No. 17-22189 February 2, 2021 Page 2 concrete pavement supported by engineering controlled fill subgrade. Anticipated traffic loading and frequency conditions were not provided at the time of this report, and assumed based on our experience with similar projects in this general location. The following information was used in our analysis: 1. 50,000 annual Equivalent Single Axle Load (ESAL) repetitions; 2. A traffic growth rate of 0 percent; 3. Poor to fair drainage; Cd = 1.0; 4. A reliability of 85 percent; 5. A concrete modulus of rupture of 540 psi; 6. A design life of 25 years; 7. A standard deviation of 0.39 for concrete pavements 8. Initial serviceability, po, of 4.5 and a terminal serviceability, pt, of 2.25 for concrete pavements; 9. A k-value of 100 pci for controlled fill subgrade. The pavement thickness determina tions were performed in general accordance with the “1993 AASHTO Guide for the Design of Pavement Structures” guidelines . The recommended minimum pavement sections are presented in the following table. A more precise design can be made with detailed traffic loading information. Recommended Pavement Sections Parameter Value Total Design ESALs 1,250,000 Portland Cement Concrete (PCC) Thickness, inches 6 Required 28-Day Compressive Strength of Concrete, psi 3,600 Compacted Stone Subgrade Thickness, inches (below grade pavements only) 4 Reinforcing steel should consist of at least #3 bars spaced at a maximum of 18 inches on center in each direction. Periodic maintenance (i.e. sealing of cracks and joints) should be performed to prevent water intrusion into the underlying subgrade. The pavement surface should be contoured such that surface water drains off and away from the pavement or into inlets. Water allowed to pond on or adjacent to pavement surfaces could saturate the subgrade soils leading to pr emature pavement failure. Pavement recommendations are based on the anticipated loading conditions and commonly accepted design procedures that should provide satisfactory performance for the design life of the pavement. Concrete should have between 4 and 6 percent entrained air. Hand-placed concrete should have a maximum slump of 6 inches. A sand leveling course should not be permitted Addendum to Geotechnical Engineering Report Proposed Residential Tower 901 Commerce Street, Fort Worth, Texas Rone Project No. 17-22189 February 2, 2021 Page 3 beneath pavement, except as noted below. All steel reinforcement, dowel spacing/diameter, and pavement joints should conform to the applicable governing pavement design standards. Pavement Subgrade Preparation Pavement subgrade fill should be prepared as presented in Table 1: Fill Placement Criteria on Page 10 of the geotechnical report. Fill placement should conform to the specifications as indicated in the row titled “on-site soils”. Perimeter Flatwork (Sidewalks) Perimeter flatwork should be constructed atop prepared subgrade following the same fill placement guidelines as described for site paving above (Table 1: Fill Placement Criteria – on-site soils). The controlled fill should extend from the perimeter wall of the structure to the back of curb along adjacent streets, including any landscape beds or planter islands. Consideration should be given to installing root barriers or vertical moisture barriers at the edge of landscape islands and planter beds to reduce moisture variation beneath flatwork areas. Provided that the depth to limestone is on the order of 5 feet from final grades, seasonal vertical pavement movement should be relatively minor. If excavation of the building pad results in greater fill depths under flatwork areas, root barriers or vertical moisture barriers should be installed. Reinforcing steel should consist of at least #3 bars spaced at a maximum of 18 inches on center in each direction. Periodic maintenance (i.e. sealing of cracks and joints) should be performed to reduce water intrusion into the underlying subgrade. Sand or other levelling course materials may be used if needed under flatwork, excluding pavement. All other information presented in our original geotechnical report remains unchanged. Thank you for the opportunity to provide additional services to you for this project. Please call if you have any questions regarding this letter. Respectfully submitted, Eric Hollabaugh, P.E. Mark D. Gray, P.E. Senior Geotechnical Engineer Partner Texas Engineering Firm License No. F-1572 This is an unsecured version of the geotechnical engineering report. The original secured copy of this report contains the licensed engineer’s signature and seal. The signature and seal have been removed from this unsecured document to comply with the Texas state licensing board’s requirement to secure sealed documents. t� � �V 1�,_� a � m m v _ H,� p � m m g mN.a�.� 0�010 y °�, F u�i m Q mo�=� �N �. N3 _ �� o C� � � N I ,, �'I�.\ , � �N � �Aa �`� " �o � .� a N a a �� o'�{..�..� � �A O f � N � �• � O �. a � � W r ~ w `�, .... a � �a tii� �Y N � e �.a W W � UN p /1 �� � l 1 zi �°s ON m� �? DT 9� n� a� �� `� k "� a C^ � � Y %i �, z —1 y r, � � � � � � � �"'j �y x R.. �z �` � x n � � � � 2 ..'�� ����� '.'o �ma m c �o I� ;���,�,_ A IV � 6.`5. v � �i.�wx0�'p � v � ...� N � � � ry � � C A W j- � � � � O � a� � gy�b �a �y m�C-nivcop v x � a o�� m � � � a � � � � � m � � �w��<�< 0 N W � � � N — A N X � � O � � m � � � � � � � O � .6 N N N � � � o� 3 O CP � G U1 p n � N 7 � �7T � `G �� � � � � � O � � � � �� / � o � � `� ��. � � \ � �\ �� � +�J \ � ° �� 2 � � � `\ �j� O� � `. �O. � �� � p y� � � oS. 0 p�OZ' _ ���� ` m0 O V'' �` S, � O � � �, � � O Os � \ tr OQ \ N` O � r i , .\ .\ cn �._.a\ �\ �� . O �\ .\ � � � \ � ao / \ �. \. a, \ �� rn \� c�. �. ��('' � ` � � . �' � V, � �� � \ N \W .i1 � ���, 0�'' , ,..., ! � � � � � ��, � \ , � � , ,: � ' \ � �P \ `� 2 �\ o' `� �\ �� 6,Oc�o �\ �-� , �5�9.- � � � � �OO � /;���,, . � �� �p� , CP �j �� co - : � `� (� a ✓ � !" � �`` La�� S: i^ � �; . � �:� �:� ��A . 9 '�. �- m � � � � Z � o � � m � �6 � o� � �� o �p Wo N. -. �. � . � � � C7 N' � Q o ��� �� �a e O O o „r � � C r � � " N a�' rt os� � �o So � � CO� � � � � �� �— S o� � ; � j m rt� �� � O 0 � � O C m � = � � a n m�� � 0 0 ��5� I J�r� i��� � N � � ���� ._ i�.. ... _. � � � 1 � . � � �� � \\ � i Qo ✓. ` � �\ \� � � � q 6�, `y�� �� � � � � �� • � � � �� � � � O � \ �g \ i� ' � i\� ">m �i$ $� �3 _� �$ E GB 3g �c �e n a� � A a� �5 e`� 4� �� �; �a As �t G � m� S d � �m � s o � � 3 �� � � z� �� � e� � � � �m 3 s, 6 'c_ � � S' 3 � �. 3 v � � � � � � � � o k °n� 7�� � � '`� .B F�6 _�� ��� �sR � F� Nd� :�zn 3 � av°y � � � p � Q � . z � ti' � �� c. 's. X u r' ��y° nc 5 o- �f �. x5cc-° `�� n �o � � o N m� z n F ^. a � � � E � z w � `s � o ry � �' . ^� F� v� imo�9�° o mN cSoD�m3�zuvv�3�Da��ap�wr.��I� �rv�N� w�'�(iFn-�3a- a.3c W°3.. ,cY...a N��% po-m3 n�'`°�m�dS '��a'm� m_nn-�mm�`o_m�n'2�¢�a ', 'o m N'Z " 3 ry c � € � � °� 6 � � 3 � e� � a a � � �3 �,� m � o o � o � b �. a'T m a � m f. "m' ' S� n ^ o a,� �°� .� � o Hn ,��"3�mQa�BNg"=a� a8.He3=-�.�' e�'�,�'nQR�om�^m� ��fod�a _aa �_�=� a�� _ - m -. - N 3� y� m N 6 o v a 3 m � � 2°= u» o�� ". S'°1 m 3 x� a���o� ����m�v3 � '� �zo � 3�0 �,q Ro� 3�0 �B _ '" � �Nm m'gm� _wa c�no�' awm � a�3 d N $ x � 6 q n � a n a - � « � 3 � � n � .. � �.. ? n �' 0 3 3�3a�vv �s� 3y _ ��S 3�,� n� �� " a�q r� �� _� �NP � �:' a _ .3 `"� "� FNa @�z 3 d � � " o'i �' n�� 3' e� 3��^ 3 � o � ' ' � �+ � a � � � e3 m' m � e 3.� ° �' '� � a �n- � �� A ��'�" �dm a�vs a�_ - � - 9 � e 3 �`�' -�° a "9��' � ��N�" .�°�6 � ��y � ° °' =av a �� o o��.� ° � � � � `-" m � 5. � n d m � '= £ a,ry ' � � � 3 �'m� �. E . i m 3�, m.n'3 6.D f.o � 3 �n o � o°_ x ia dc�" Fo _?as.Y g��� 9 3 T� � � � ���� � e�S m 2 a s� c� 4 . 3 �� 3 � � 3��o� �a ?��go 3�0� - � � . 2 � . a �o� Cow'2. PARK & RECREATION DEPARTMENT City of Fort Worth, 4200 South Freeway, Suite 2200, Fort Worth Texas, 76115-1499 (817)-392-5700(PARK) Fax (817)-392-5724 March 23, 2020 Mr Brandon Middleton Kimley-Horn 801 Cherry St, Unit 11, Ste 1300 Fort Worth, TX 76102 Sent via email: brandon.middleton@kimley-horn.com Dear Mr Middleton, This letter permits you and/or your representative to remove 6 cedar elms from the parkway located at 901 Commerce St, per the attached plans. The mitigation requirement of 42" is to be replanted in the ROW before final inspection using 8 bigtooth maples and 8 Monterrey oaks per the attached plans and in accordance with the attached Guidelines for Planting in the Parkway. 1. Prior to planting, you are responsible for locating utilities and adjusting tree locations accordingly, while still meeting the minimum spacing requirements. 2. You are responsible for irrigation, installation, and maintenance until the trees are established or for a period of not less than two years, whichever comes last. Additionally, all non-biodegradable staking materials are to be removed within 1 year of installation. 3. You are responsible for making sure the removal and/or planting does not violate any private deed restrictions for your neighborhood, or procuring any additional approval needed from any PID, TIF or Design Review Board that may govern in your area. You are also responsible for procuring any adoption agreements the City deems necessary for this planting. 4. You are responsible for all tree grate maintenance in perpetuity to prevent tree girdling and/or trip hazards. The City reserves the right to remove any and all vegetation and/or hardscape in City Rights of Way. If I can be of any further assistance please contact me at 817 392 5738. Sincerely, Melanie Migura, Forester, for Craig Fox, Acting City Forester Park & Recreation Department c: file Revised January, 2019 Application for Tree Removal Permit On City of Fort Worth Property Including parkways and medians Submit to City Forester 4200 South Freeway, Suite 2200 Fort Worth, TX 76115 CityTreePermits@fortworthtexas.gov Section 1 – Applicant Information Applicant/contractor 9th & Commerce Ft. Worth, LLC Contact Name Tom Skube Title Authorized Agent Street Address 3990 Hillsboro Pike, Suite 400 City Nashville State TN Zip Code 37215 Phone 615-778-3150 Email address Thomas.skube@southernland.com Section 2 – Location Location address 969 Commerce Street (previously 901 Commerce Street) Business/Residence Name of Business TBD Section 3 – Reason for Removal Existing trees in right-of-way to be heavily impacted by new multi-family construction, requiring public sidewalk demolition and reconstruction. Trees to be replaced. Attach site plan drawn to scale showing location of all trees by size (DBH) and species, identify those to be removed, and any existing man made features. Site plan should include layer demonstrating why trees must be removed, such as proposed turn lane, drive approach or grade change. Plan must also include north arrow, scale, City Trees to remain on site, any proposed planting on city property and planting details along with method of watering. Section 4 – Mitigation Prohibited trees may be permitted for removal from parkway and/or median without mitigation. Trees in alley may be permitted for removal, usually without mitigation. Trees or shrubs listed in the Nonnative Invasive Plants of Southern Forests published by USDA may be removed without mitigation regardless of location. All other trees less than 30” in DBH permitted for removal must be mitigated on an inch per inch basis. Trees 30” DBH or greater are mitigated on a 2 inch per inch basis. Mitigation trees must be planted on City ROW, median or other public land. They must be watered and maintained for a period of 2 years, or until established, whichever is greater. If mitigation on site is not possible or desirable, mitigation into the tree fund can be made in the amount of $200 per inch not planted. Mitigation trees must be planted before final inspection of the site. Mitigation to the tree fund must be made at time of permit. A tree planting permit will be issued for trees to be planted on City property at the same time as the tree removal permit. You must submit a tree planting plan and follow guidelines for planting in the ROW (see attached). Trees prohibited on the parkways and medians. Does not pertain to other City owned property. Ash (Fraxinus sp.) Siberian Elm (Ulmus pumila) Callery Pear (Pyrus calleryana) Silver Maple (Acer saccharinum) Cottonwood (Populus deltoides) Sycamore (Plantanus occidentalis) Hackberry (Celtis sp.) Willow (Salix sp.) Mulberry (Morus sp.) *Any tree listed in the Nonnative Invasive Plants of Southern Forests published by the USDA Forest Service Revised January, 2019 Guidelines for Landscaping in Parkways Public Open Space Easement (P.O.S.E.) A 20-foot by 20-foot triangular public open space easement is required on corner lots at the intersection of two streets. A 15-foot by 15-foot triangular public open space of easement is required on corner lots at the intersection of an alley and a street. In addition, at the intersection of a driveway or turnout section and a dedicated alley, a 10-foot by 10-foot triangular open space easement is to be provided on each side at the driveway or turnout at the time the driveway and/or alley is constructed. No structure, object, or plant of any type may obstruct vision from a height of 24-inches to a height of 11 feet above the top of the curb, including, but not limited to buildings, fences, walks, signs, trees, shrubs, cars, trucks, etc., in the public open space easement as shown on the illustration. Landscaping in Parkways • A medium or large tree shall be planted a minimum of 2 feet from the face of the curb, sidewalk, or other structure. • A small tree or shrub shall be planted a minimum of 1.5 feet from the face of the curb, sidewalk, or other structure. • A minimum planting area of 3 feet must be available between back of curb and sidewalk to plant any small tree or large shrub and a minimum of 4 feet to plant large trees. • Trees must be placed 10’ from street lights and storm drains. • Small trees must be planted 5’ from underground utility boxes. • Large trees must be planted 10’ from underground utility boxes. • Projects involving 21 or more trees proposed in the parkway must have no more than 30% of trees in the same subgenus. • Projects involving between 5 and 21 proposed trees in the parkway must have no more than 50% of the trees in the same subgenus. • In residential areas a minimum spacing of twenty-five feet is recommended between shade trees planted on parkways and is required in commercial districts or major arterial streets. • All landscaping shall be located so that pedestrians can walk parallel to the street within the parkway whether a paved sidewalk is or is not provided. • No tree or shrub shall obstruct the view of any traffic signal, sign, or other public sign. • Trees planted under power lines will be a species that reaches a height of 25’ or less upon maturity. • Any tree or shrub planted in the parkway is the property of the City and the City reserves the right to prune or remove such tree or shrub if it becomes a traffic hazard or poses risk. Revised January, 2019 Application for Tree Planting Permit On City of Fort Worth Property Including parkways and medians Submit to City Forester 4200 South Freeway, Suite 2200 Fort Worth, TX 76115 CityTreePermits@fortworthtexas.gov Section 1 – Applicant Information Applicant/contractor Kimley-Horn Contact Name Brandon Middleton Title Street Address 801 Cherry Street, Unit 11, Suite 1300 City Fort Worth State TX Zip Code 76102 Phone 817.339.2275 Email address Brandon.Middleton@kimley-horn.com Section 2 –Location Location address 901 Commerce Street Business/Residence Name of Business Owner: 9th and Commerce Fort Worth, LLC (Southern Land Company) Section 3 – Reason for Planting Providing new trees along Commerce Street and E. 8th Street, removing and replacing existing trees along E. 9th Street and Calhoun Street as part of new Development. Attach site plan drawn to scale showing location of all existing trees by size (caliper) and species, locations of proposed trees noted with species and caliper size, and any existing man made features such as curbs, sidewalks, drive approaches and meter boxes etc. Plan must also include north arrow, scale, and any existing trees within 50’ of proposed planting. Applications will be evaluated according to species, location and quantity in regards to a diverse, balanced, and sustainable urban forest. Also, provide planting details along with method of watering. You must agree to water and maintain the trees for a period of 2 years, or until established, whichever is greater. Your plans must meet the attached “Guidelines for Landscaping in Parkway”. Trees prohibited on the parkways and medians. Does not pertain to other City owned property. Ash (Fraxinus sp.)Siberian Elm (Ulmus pumila) Callery Pear (Pyrus calleryana)Silver Maple (Acer saccharinum) Cottonwood (Populus deltoides)Sycamore (Plantanus occidentalis) Hackberry (Celtis sp.)Willow (Salix sp.) Mulberry (Morus sp.)*Any tree listed in the Nonnative Invasive Plants of Southern Forests published by the USDA Forest Service Revised January, 2019 Guidelines for Landscaping in Parkway Public Open Space Easement (P.O.S.E.) A 20-foot by 20-foot triangular public open space easement is required on corner lots at the intersection of two streets. A 15-foot by 15-foot triangular public open space of easement is required on corner lots at the intersection of an alley and a street. In addition, at the intersection of a driveway or turnout section and a dedicated alley, a 10-foot by 10-foot triangular open space easement is to be provided on each side at the driveway or turnout at the time the driveway and/or alley is constructed. No structure, object, or plant of any type may obstruct vision from a height of 24-inches to a height of 11 feet above the top of the curb, including, but not limited to buildings, fences, walks, signs, trees, shrubs, cars, trucks, etc., in the public open space easement as shown on the illustration. Landscaping in Parkways ·A medium or large tree shall be planted a minimum of 2 feet from the face of the curb, sidewalk, or other structure. ·A small tree or shrub shall be planted a minimum of 1.5 feet from the face of the curb, sidewalk, or other structure. ·A minimum planting area of 3 feet must be available between back of curb and sidewalk to plant any small tree or large shrub and a minimum of 4 feet to plant large trees. A large tree shall be defined as a species that reach a height of 50 feet at maturity. ·In residential areas a minimum spacing of twenty-five feet is recommended between shade trees planted on parkways and is required in commercial districts or major arterial streets. ·All landscaping shall be located so that pedestrians can walk parallel to the street within the parkway whether a paved sidewalk is or is not provided. ·No tree or shrub shall obstruct the view of any traffic signal, sign, or other public sign. ·Trees planted under power lines will be a species that reaches a height of 30’ or less upon maturity. ·Any tree or shrub planted in the parkway is the property of the City and the City reserves the right to prune or remove such tree or shrub if it becomes a traffic hazard or poses risk. ·Planting trees or shrubs on any public property requires a permit from Park & Recreation Department and can be obtained by calling the City Forester at 817-392-5738. ·The following trees are prohibited on city parkways: hackberry (Celtis sp.), sycamore (Platanus occidentalis), silver maple (Acer saccharinum), mulberry (Morus sp.), Siberian elm (Ulmus pumila), ash (Fraxinus sp.), cottonwood (Populus deltoides), willow (Salix sp.), callery pear (Pyrus calleryana), or any species of tree, shrub, vine or grass listed in the Nonnative Invasive Plants of Southern Forests published by United States Department of Agriculture Forest Service. WWWWWWWWWWWWWWWWWSSSSSSSSS12'' W12'' W12'' W12'' W12'' W12'' W12'' W12'' W12'' W12'' W12'' W12'' W12'' W12'' W12'' W12'' W12'' W12'' W12'' W16'' W16'' W16'' W16'' W16'' W16'' W16'' W16'' W16'' W16'' W16'' W16'' W16'' W16'' W16'' W6'' W6'' W12'' W12'' W12'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W6'' W10'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS21'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS8'' SS 6'' SS15'' SS15'' SSDDDDDDDDDDDDD18'' SD 18'' SD 18'' SD18'' SD 18'' SD 18'' S D 60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD60'' SD12'' SD12'' SD18'' SD24'' SD 24'' SD 24'' SD18' ' SD18'' SD18'' SD18'' SDD/////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////// /////////////////// / ////////////////////////////////////////////////////////////////////////////////// ///////////////////// ////////////// //////////////////////////////////////////////////////////////////////////////////////////////////////////XXXXXXXXXXXX X X X X X X X X////////////////////////////////////////////////////////////TRTRTRTRTRTRTRTRUTRTRTRUUUUUUUUUCP#100XCUTCP#101MAG W/SHINERCP#102MAG W/SHINER/////////////////////////////////////////////// / // / // / // / // / // / // / // / // / // / // / // ////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////LEFT DEEP LEFT, LPINSTRUMENT NO. D214216302OPRTCTLOT 10, BLOCK 116ORIGINAL TOWN OF FORT WORTHREMAINDER OFLOT 9, BLOCK 116ORIGINAL TOWN OFFORT WORTHCALHOUN STREET(80' R.O.W.)EAST 9TH STREET(60' R.O.W.)COMMERCE STREET(80' R.O.W.)PROPOSED BUILDINGEAST 8TH STREET(60' R.O.W.)S59°47'44"W200.00'N59°38'51"E99.88'S30°26'31"E 125.31'N59°47'44"E100.00'N30°12'16"W200.00'EX. FIRE HYDRANT TO REMAINEX. FIREHYDRANTEX. FIREHYDRANTEX. FIREHYDRANTEX. TRAFFIC BOX TO REMAINEX. TRAFFIC LIGHT TO REMAINEX. TRASH CAN TO BE SALVAGEDEX. BOLLARDS TO REMAINEXISTING AIRPORT SIGN TOBE SALVAGED ANDRE-INSTALLED FURTHERNORTH ON PROP.PEDESTRIAN LIGHT POLEEXISTING PARKING METERTO BE SALVAGEDEXISTING PARKING METERTO BE SALVAGEDREMOVE AND REPLACE 10LF OFCONCRETE CURB AND GUTTERREMOVE AND REPLACE 10LF OFCONCRETE CURB AND GUTTEREX. CROSSWALK SIGNTO REMAINEX. TRASH CAN TO BE SALVAGEDEX. "NO PARKING" TO BE SALVAGEDAND RE-INSTALLEDEX. "NO PARKING"TO BE SALVAGEDAND RE-INSTALLEDREMOVE AND REPLACE 20LF OFCONCRETE CURB AND GUTTERREMOVE ANDREPLACE 200 LFOF CONCRETECURB ANDGUTTEREX. PARKING METER TO BE SALVAGEDAND RE-INSTALLED 9 LF NORTHEX. DOWNTOWN DIRECTIONAL SIGN TOBE SALVAGED AND REINSTALLED 35 LFSOUTHEX. TRAFFIC LIGHT ANDTRAFFIC BOX TO REMAINEX. "NO PARKING" TO BE SALVAGEDAND RE-INSTALLEDEX. STREET LIGHT TO BEREMOVED AND SALVAGEDEX. STREET LIGHT TO BE REMOVEDAND SALVAGEDEXISTING GRATE ANDSTORM BENEATHSIDEWALK TO BEREMOVED AND PLUGGEDEXISTING GRATE TO BEREMOVED AND PLUGGEDEXISTING GRATE ANDSTORM BENEATHSIDEWALK TO BEREMOVED AND PLUGGEDEXISTING GRATE ANDSTORM BENEATHSIDEWALK TO BEREMOVED AND PLUGGEDEX. UTILITY BOXESTO REMAINF9TH AND COMMERCE FORT WORTH, LLCINSTRUMENT NO. D207323280OPRTCTLOT 1R, BLOCK 116ORIGINAL TOWN OF FORT WORTHCABINET B, SLIDE 3421PRTCTEXISTING INLET TO REMAINREMOVE AND REPLACE 170 SYASPHALT PAVEMENTREMOVE AND REPLACE 20 SYASPHALT PAVEMENTREMOVE AND REPLACE 12 SYASPHALT PAVEMENTEXISTING STREET LIGHTTO REMAINREMOVE EXISTING SERVICE AT THEMAIN AND RETURN METER TO CITYGENERAL WORTH SQUARECITY OF FORT WORTH916 MAIN STREETBLOCK 115, LOT 1-8 & LOTS 13-161.CONSTRUCTION EQUIPMENTAND/OR STAGING, MATERIALSSTORAGE, AND MATERIALSTESTING MAY NOT OCCUR ONCITY PARK LAND WITHOUTPRIOR WRITTEN APPROVALFROM PARD.2.ALL DISTURBANCE TOEXITING SOIL, VEGETATION,IRRIGATION, OR EQUIPMENTMUST BE REPAIRED ORREPLACED TO EXISTINGPRE-CONSTRUCTIONCONDITIONS UNLESS PRIORAPPROVAL BY PARD.BY DATE AS SHOWN REVISIONSNo.DATESHEET NUMBERCHECKED BY SCALE DESIGNED BY DRAWN BY KHA PROJECT 801 CHERRY STREET, UNIT 11, SUITE 1300, FORT WORTH, TX 76102 PHONE: 817-335-6511 WWW.KIMLEY-HORN.COM TX F-928 PUBLIC WATER, SANITARY SEWER, PAVING AND STREET LIGHT IMPROVEMENTS 901 COMMERCE ST CITY OF FORT WORTH, TEXAS KHA KHA BDM 064403809 JANUARY 2020 PLOTTED BY DECKER, GRANT 3/19/2020 2:18 PMDWG NAME K:\FTW_CIVIL\064403809 - COMMERCE RESIDENTIAL\CAD\PLANSHEETS\IPRC-DEMO PLAN-901.DWGLAST SAVED 2/13/2020 10:08 AMIMAGESXREFS XREF x2234-901 - XREF xBndy-901 - XREF xExSite-901 - XREF xExStorm-901 - XREF xexfranchise-901 - XREF xsue-901 - XREF xexutil-901THIS DOCUMENT, TOGETHER WITH THE CONCEPTS AND DESIGNS PRESENTED HEREIN, AS AN INSTRUMENT OF SERVICE, IS INTENDED ONLY FOR THE SPECIFIC PURPOSE AND CLIENT FOR WHICH IT WAS PREPARED. REUSEOF AND IMPROPER RELIANCE ON THIS DOCUMENT WITHOUT WRITTEN AUTHORIZATION AND ADAPTATION BY KIMLEY-HORN AND ASSOCIATES, INC. SHALL BE WITHOUT LIABILITY TO KIMLEY-HORN AND ASSOCIATES, INC.Know what's below. Call before you dig.EXISTING UNDERGROUNDUTILITIES. CONTRACTOR TOVERIFY EXACT LOCATIONPRIOR TO ANY TRENCHINGOR EXCAVATION.CAUTIONCITY OF FORT WORTH BENCHMARK NO. 8968ON THE SE CORNER OF CALHOUN ST. AND EAST 7TH ST. ONEAST CB OF CALHOUN ST. IN THE CENTER OF A 10' FT. INLET1'FT. OFF THE FACE OF THE CB A CITY MON # 8968 SET INTHE TOP OF THE INLET 26' SOUTH OF THE SOUTH CB OF 7THST.ELEVATION = 595.29CITY OF FORT WORTH BENCHMARK NO. 8970ON THE S.W. CORNER OF EAST 12TH ST. AND CALHOUN ST.ON THE SOUTH CB OF EAST 12TH ST. 22' FT. WEST OF THEWEST CB OF CALHOUN ST. IN THE CENTER OF A 5' FT. INLET1' FT. OFF THE FACE OF THE CB A CITY MON #8970 SET INTHE TOP OF THE INLETELEVATION = 601.2301/07/2020BENCH MARK LISTNORTH0GRAPHIC SCALE IN FEET20 102040DEMOLITION PLANC0.02EXISTING CONCRETE PAVEMENTTO BE REMOVEDLEGEND1.IF ANY EXISTING STRUCTURES TO REMAIN ARE DAMAGED DURINGCONSTRUCTION IT SHALL BE THE CONTRACTORS RESPONSIBILITY TOREPAIR AND/OR REPLACE THE EXISTING STRUCTURE AS NECESSARY TORETURN IT TO EXISTING CONDITIONS OR BETTER. NO EXTRA PAYMENTSHALL BE MADE FOR THESE REPAIRS.2.ALL MANHOLES, GRATE INLETS, WATER METERS, FIRE HYDRANTS,VALVES, AND OTHER APPURTENANCES, IN PAVED AREAS SHALL BE FLUSHWITH PAVEMENT, AND SHALL HAVE TRAFFIC BEARING RINGS, COVERS,AND LIDS.3.CONTRACTOR SHALL ADJUST AND/OR CUT EXISTING PAVEMENT ASNECESSARY TO ASSURE A SMOOTH FIT AND CONTINUOUS GRADE.4.CONTRACTOR SHALL MATCH ELEVATION TO EXISTING ALONG TIE INLOCATIONS OF THE PROPOSED IMPROVEMENTS. IF THE EXISTINGELEVATION DEVIATES FROM WHAT IS SHOWN ON THE PLANS ENOUGH TOCAUSE THE HARDSCAPE TO BE NON ADA COMPLIANT THAN THECONTRACTOR IS TO CONTACT THE ENGINEER BEFORE INSTALLING THEIMPROVEMENTS.5.THE BASIS OF LIGHT POLES THAT ARE REMOVED SHALL BE DEMOLISHEDTO BELOW THE SUBGRADE OF THE PROPOSED PAVERS TO ALLOW FORPAVER INSTALLATION.6.CONTRACTOR TO RETURN ALL SALVAGED ITEMS TO THE CITY OF FORTWORTH.7.A TREE REMOVAL PERMIT IS NECESSARY TO REMOVE ANY TREES WITHINCITY OF FORT WORTH RIGHT-OF-WAY.DEMOLITION NOTESLIMITS OF DISTURBANCEEXISTING TREE TO REMAINAND TO BE PROTECTEDEXISTING TREE TO BEREMOVEDBENCH MARK6" ELM6" ELM6" ELM6" ELM6" ELM6" ELMEXISTING ASPHALT PAVEMENT TOBE REMOVED6 trees @ 42" total permitted for removal with 42" to be replanted back in the ROW. From E to W, existing trees measured 8", 7", 7", 6", 7" and 7". *CFW Forestry, 3/23/20 SS CP # 1 0 0 XC U T CP # 1 0 1 MA G W / S H I N E R CP # 1 0 2 MA G W / S H I N E R LP LP LP LP SB SB SB SP SP SP SP S P WMWM SB SB 2" PE2" PE LP /////////////////////////////////////////////////////////////////////// //////////////////////////////////// //////////////////////////////////////////////// ////////////////// ////////////////////////////////////////////////////////////////////////////////// // /////////////////////////////////////////////////////////////////////////T R TR TR TR TR U TR TR TR UUU CP # 1 0 0 XC U T CP # 1 0 1 MA G W / S H I N E R CP # 1 0 2 MA G W / S H I N E R ////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////LP LP LP LPLP SB SB SB SP SP SP SP S P SB SB T T T T G EL E C T R I C TV TBM #2 TBM #1 TBM #3 UP PRINT REPAIR TV TV CART CART TV TV TV TV UP LV3 CBLCBLCBLGASGASGASGASGASGASGASGASGASGASGASGASCBLCBLCBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBL CBLCBLCBLCBLCBLCBLCBLCBLCBLCBL OHEOHEOHEOHEOHEOHEOHEXCBLCBLCBLCBLCBLCBLCBLCBLCBLCBLCBL CBLCBLGASGASGASGASGASGASGASE S S E TR TR D D TTR S D T R D S E E D S E E E D D S T TR T E TR T D G U U TV SXK SXK SXK BYDATEAS SHOWNREVISIONSNo.DATESHEET NUMBER CHECKED BYSCALEDESIGNED BYDRAWN BYKHA PROJECT801 CHERRY STREET, UNIT 11, SUITE 1300, FORT WORTH, TX 76102PHONE: 817-335-6511WWW.KIMLEY-HORN.COM TX F-928APPLICATION FOR TREEPLANTING PERMIT901 COMMERCE STCITY OF FORT WORTH, TEXASBJCJBCJW064403809JANUARY 2020PLOTTED BYJULIAN BERNAL 1/27/2020 9:48 AMDWG NAMEP:\COMMUNITIES\FT WORTH - 9TH & COMMERCE\PLA\4_CD\PLA FILES\TREE REMOVAL PERMIT SET\L5.100 STREETSCAPE LANDSCAPE PLAN FOR TREE REMOVAL PERMIT.DWGLAST SAVED1/27/2020 8:35 AMIMAGES Ben Stamp 12.20.19 -XREFS XREF gda_30x42_sheet - XREF pla_9th-commerce base_1fl - XREF 064403809 commerce topo - XREF A2-101 - XREF 20191210-xsite-901 - XREF Tree Permit Title BlockTHIS DOCUMENT, TOGETHER WITH THE CONCEPTS AND DESIGNS PRESENTED HEREIN, AS AN INSTRUMENT OF SERVICE, IS INTENDED ONLY FOR THE SPECIFIC PURPOSE AND CLIENT FOR WHICH IT WAS PREPARED. REUSEOF AND IMPROPER RELIANCE ON THIS DOCUMENT WITHOUT WRITTEN AUTHORIZATION AND ADAPTATION BY KIMLEY-HORN AND ASSOCIATES, INC. SHALL BE WITHOUT LIABILITY TO KIMLEY-HORN AND ASSOCIATES, INC.Know what's below. Call before you dig. EXISTING UNDERGROUND UTILITIES. CONTRACTOR TO VERIFY EXACT LOCATION PRIOR TO ANY TRENCHING OR EXCAVATION. CAUTION CITY OF FORT WORTH BENCHMARK NO. 8968 ON THE SE CORNER OF CALHOUN ST. AND EAST 7TH ST. ON EAST CB OF CALHOUN ST. IN THE CENTER OF A 10' FT. INLET 1'FT. OFF THE FACE OF THE CB A CITY MON # 8968 SET IN THE TOP OF THE INLET 26' SOUTH OF THE SOUTH CB OF 7TH ST. ELEVATION = 595.29 TBM #1 MASONRY NAIL WITH WASHER "YPA" ELEVATION = 600.66 TBM #2 MASONRY NAIL WITH WASHER "YPA" ELEVATION = 603.58 TEMPORARY BENCHMARK MARK "X" ON CONCRETE ELEVATION = 602.69 BENCH MARK LIST NORTH 0 8 16 32 SCALE: 1/16" = 1' - 0" EXISTING TRAFFIC SIGNAL/ STREET LIGHT TO REMAIN PROPOSED BRICK PAVERS BUILDING CANOPY ABOVE PROPOSED BIKE RACK (4) PROPOSED LOADING ZONE ON-STREET PARKING, TYP. PROPOSED PEDESTRIAN LIGHT POLE PROPOSED LOADING ZONE LOADING/ SERVICE ENTRY PROPOSED STREET LIGHT PROPOSED VEHICULAR CURB RAMP PROPOSED VEHICULAR CURB RAMP E. 9TH STREETCOMMERCE STREETE. 8TH STREET CALHOUN STREETEXISTING BUILDING PROPOSED PAVING TO MATCH EXISTING CONDITIONS PROPOSED STREET TREE IN TREE-GRATE EXISTING STREET LIGHT TO REMAIN PROPOSED BIKE RACK (2) PROPOSED FENCE AND GATE PROPOSED STREET TREE IN TREE-GRATE EXISTING DIRECTIONAL SIGNAGE TO REMAIN EXISTING STREET TREES GARAGE ENTRY PROPOSED PEDESTRIAN LIGHT POLE TO MATCH EXISTING SERVICE ENTRY PROPOSED BRICK PAVERS STREETSCAPE LANDSCAPE PLANL5.100 2 - QP STRUCTURAL SOIL, 48" DEPTH, TYP. (2) PL.4 - B-MJ (GLOBE) (2) PL.1 - I-CC (2) PL.1 - I-CC (5) AG 1 - AG 4 - QP (3) PL.8 B-MJ (PYRAMIDAL) 33 - GTA 2 - AG 2 - QPSTRUCTURAL SOIL, 48" DEPTH, TYP. LEGEND NOTES: 1.ALL AREAS TO BE IRRIGATED w/ HIGH EFFICIENCY DRIP IRRIGATION SYSTEM. 2.ALL PLANTING AREAS TO BE EXCAVATED & BACKFILLED W/ APPROVED SOIL MEDIA PRIOR TO PLANTING. 3.ALL INSTALLED TREES SHALL HAVE BRANCHES CLEARED 80" AFF. PLANTING EVERGREEN/ PERENNIAL MIX PLANTING STRUCTURAL SOIL 150 SQ FT. MIN. @ 48" DEPTH STREET CURB AND GUTTER, TYP. STREET CURB AND GUTTER, TYP. PROPOSED VEHICULAR CURB RAMP PROPOSED TRASH RECEPTACLE 10'-0", TYP.15'-0", TYP.15'-0", TYP.10'-0", TYP.10'-0", TYP.15'-0", TYP.13'-0", TYP.12'-0", TYP. PROPOSED DOMESTIC WATER METER CONNECTION PROPOSED FIRE SERVICE CONNECTION BYDATEAS SHOWNREVISIONSNo.DATESHEET NUMBER CHECKED BYSCALEDESIGNED BYDRAWN BYKHA PROJECT801 CHERRY STREET, UNIT 11, SUITE 1300, FORT WORTH, TX 76102PHONE: 817-335-6511WWW.KIMLEY-HORN.COM TX F-928APPLICATION FOR TREEPLANTING PERMIT901 COMMERCE STCITY OF FORT WORTH, TEXASBJCJBCJW064403809JANUARY 2020PLOTTED BYJULIAN BERNAL 1/27/2020 9:50 AMDWG NAMEP:\COMMUNITIES\FT WORTH - 9TH & COMMERCE\PLA\4_CD\PLA FILES\TREE REMOVAL PERMIT SET\L5.200 LANDSCAPE NOTES AND DETAILS FOR TREE PERMIT REMOVAL.DWGLAST SAVED1/27/2020 9:33 AMIMAGES pot-a selection - pot_selection b3 - Ben Stamp 12.20.19 -XREFS XREF gda_30x42_sheet - XREF Tree Permit Title BlockTHIS DOCUMENT, TOGETHER WITH THE CONCEPTS AND DESIGNS PRESENTED HEREIN, AS AN INSTRUMENT OF SERVICE, IS INTENDED ONLY FOR THE SPECIFIC PURPOSE AND CLIENT FOR WHICH IT WAS PREPARED. REUSEOF AND IMPROPER RELIANCE ON THIS DOCUMENT WITHOUT WRITTEN AUTHORIZATION AND ADAPTATION BY KIMLEY-HORN AND ASSOCIATES, INC. SHALL BE WITHOUT LIABILITY TO KIMLEY-HORN AND ASSOCIATES, INC.Know what's below. Call before you dig. EXISTING UNDERGROUND UTILITIES. CONTRACTOR TO VERIFY EXACT LOCATION PRIOR TO ANY TRENCHING OR EXCAVATION. CAUTION CITY OF FORT WORTH BENCHMARK NO. 8968 ON THE SE CORNER OF CALHOUN ST. AND EAST 7TH ST. ON EAST CB OF CALHOUN ST. IN THE CENTER OF A 10' FT. INLET 1'FT. OFF THE FACE OF THE CB A CITY MON # 8968 SET IN THE TOP OF THE INLET 26' SOUTH OF THE SOUTH CB OF 7TH ST. ELEVATION = 595.29 TBM #1 MASONRY NAIL WITH WASHER "YPA" ELEVATION = 600.66 TBM #2 MASONRY NAIL WITH WASHER "YPA" ELEVATION = 603.58 TEMPORARY BENCHMARK MARK "X" ON CONCRETE ELEVATION = 602.69 BENCH MARK LIST LANDSCAPE NOTES AND DETAILSL5.200 Plant Materials Plant material shall be delivered to the site after the beds are prepared and are ready for planting. Shipments of plant materials shall be thoroughly protected from the sun and from drying winds during transit. All plants which cannot be planted at once, after delivery to the site, shall be well protected. Plant materials remain the property of the Contractor until initial acceptance. Shrubs And Groundcovers Plants shall be nursery grown, healthy, vigorous, compact, bushy to the ground, well branched, of normal habit of growth for the species, and shall be free from defects, decay, girding roots, sun-scald injuries, abrasions of the bark or limbs, disease, insect eggs, and larvae. They shall have ball sizes that meet the standard set forth by the American Association of Nurserymen, Inc. The specified sizes shall be before pruning, and the plants shall be measured from their nominal top branches in normal position to the top of the ball or soil level. Plants shall not be pruned prior to delivery, except upon special approval. All plants shall be of specimen quality. Specimen means an exceptionally heavy, symmetrical, tightly knit plant, so trained or favored in its development that its appearance is unquestionable and outstandingly superior in form, number of branches, compactness and symmetry. All plants shall be hardy under climatic conditions similar to those in the locality of the project. Shade Trees Shade trees shall be healthy, vigorous, full-branched on all sides, well-shaped, specimen quality, symmetrical, and shall meet the trunk diameter, height and spread requirements as specified. Single trunk trees shall have a straight trunk. Trees which have a damaged or crooked leader or trunk or are one-sided or do not have a full, symmetrical branch structure and crown, will be rejected. Ball shall be firm, neat, slightly tapered, and well burlapped. Any tree loose in the ball or with broken ball at the time of planting will be rejected. Trees with abrasions on the bark, disfiguring knots, or wounds over two (2) inches which have not calloused will be rejected. All trees shall have trunk flare exposed, excess soil shall be removed from root ball necessary. Tree ball sizes shall be as outlined in ANSI Z6.0.1 - 2014. Multi-trunk Trees: No division of the trunk which branches more then six (6) inches from the ground level, as determined by the root crown of the plant, shall be considered a stem. Ornamental Trees Ornamental trees shall be healthy, vigorous; full branched, well shaped, and shall meet the height and spread, caliper and branching character as specified. Trees not having a full, symmetrical branch structure and crown will be rejected. Single trunk ornamental trees shall have straight trunks with branching beginning a minimum of forty-two (42) inches above the top of the bail or container. Multi-trunk ornamental trees shall be pruned so all "sucker" type branching is removed from around trunk canes as well as extraneous branching on trunk canes below crown of trees. Pruning shall be such that as least one-half of the plant is trunk branching and approximately one-half is crown foliage. All multi-trunk trees will conform to the number of trunk canes and/or caliper specified. Materials Rooftop Mix: See section 32 90 10 rooftop mix for lightweight soil media. Tagging The Contractor shall make an initial selection and tag, with a permanent tree tag, the trees he proposes to furnish that meet all the specifications requirements and deliver required samples to the site for approval when requested. Tree tags to be removed after final planting is complete. The Contractor shall lay out plant material and set necessary markers and stakes for approval by Landscape Architect prior to planting. All plants are to be in the straight and even rows or as shown on plans. The Landscape Architect or Owner reserved the right to relocate shrubs and trees from positions on the plans prior to their planting. All tree locations are to be approved by the Landscape Architect. Tree Pits And Planting If planting occurs without approval of plant locations by the Landscape Architect, the Landscape Architect reserves the right to relocate plant material as deemed necessary. Ornamental Trees: Plant ornamental trees in pits twelve (12) inches larger than the tree ball. After setting the tree, the pit shall be backfilled with soil media and carefully settled by watering to prevent air pockets. Form a three (3) inch high watering ring for each ornamental tree. All cord or wire to secure burlap on tree ball shall be cut from top of ball and around trunk. Place a (2) inch layer of compost inside the watering ring. Shade Trees: Plant shade trees in a tree pit two (2) feet greater in diameter that the tree ball. The crown of the tree ball should be approximately one (1) inch higher than the existing grade. After setting the tree, the pit shall be backfilled with soil media and carefully settled by watering to prevent air pockets. Form a four (4) inch high watering ring around the tree. All cord or wire used to secure burlap on tree ball shall be cut from top one-third of ball and from around trunk after setting. Place two (2) inch layer of compost or bark mulch inside the watering ring. Bed Preparation See notes on landscape plans for excavation. Tree Guying Submit unit cost in bid for guying all trees four (4) inch caliper and under, with two (2) 4x4 pressure treated deadmen (3) arbor ties. Guys should be located equal distant around the tree, and outside of tree pit. Guys shall be removed following the one (1) year warranty period. Bed Alignment And Plant Placement Shrubs and groundcover shall be planted in string line straight rows using alternative spaces between rows. The specified quantity of shrubs or groundcover shall be placed in the bed prior to planting to assure even coverage. The specified quantity of seasonal color shall be placed in the bed prior to planting to assure even coverage. After the planting is completed, all cultivated areas shall be leveled, loosened, and raked, and the edges carefully trimmed so that the tree pits and beds shall present a neat appearance. Care shall be used that these bed edges conform as closely as possible with the lines shown on the Planting Plan. Steel edging stakes shall be on the inside of the beds. Top Dressing After the work of planting has been completed and approved by the Landscape Architect, mulch all beds and tree rings with three (3) inches of shredded Western Red Cedar bark mulch, lightly cultivated into area. Do not disturb watering saucer and do not cover root flair. Lawns Ensure turf areas and swales are graded for proper drainage. Clean-Up During the work, the premises are to be kept neat and orderly at all times. Storage areas for plant and other materials shall be so organized that they, too, are neat and orderly. All trash, including debris resulting from removing weeds or rocks from planting area, preparing beds, or planting plants, shall be removed from the site daily as the work progresses. All walks and drives shall be kept clean by sweeping and hosing. Excavated soil may be distributed on the site or hauled off site as directed by Owner. Maintenance The Contractor shall maintain all trees, shrubs, and groundcover under this Contract until initial acceptance, by adequate watering, cultivating the top two (2) inches, weeding every two (2) weeks, spraying, and replacing as necessary to keep plants in a healthy, vigorous condition. Bed areas shall be raked as may be required to keep them neat. The Contractor shall maintain all grass areas under this Contract until initial acceptance by watering, mowing, spraying, fertilizing, etc. One Year Maintenance The Contractor shall submit a separate price for maintenance of the landscape and irrigation installation for a period of one (1) year after initial acceptance. Maintenance shall be based on the Maintenance Specifications listed above. Annual Pot Planting and Preparation Use light screen material, landscaping fabric, to cover hole. Use soil mixture containing Fafard Complete Container Mix, Miracle Gro Moisture control container mix, or Monrovia Container Soil. Loosen roots of plant material (scoring the root ball). Fill container with min. 4" washed #57 stone; line stone with filter fabric. Fill remaining container with soil mixture leaving at least 1 but no more than 2 inches between top of soil and top of container.  Wet soil before planting to settle soil. Add slow release fertilizer - Osmocote, Colorbust - and mix into soil. Add small amount of moisture holding granules. Use 4-5 plants per square foot of container.  This may vary depending on the size of the plant (if it is a one or 5 gallon, etcetera). When putting in plants container, you can leave 1/4- 1/3 inch of root ball above the top of soil.  After you finish planting, “finish off” pots with pine fines, mini-nuggets, small stones, or  moss. Water well immediately after planting. Use a “Rain Mat” under some large plant material that tends to wilt when dry. Annual Beds Planting and Preparation When ever possible, loosen soil with tiller adding soil conditioner (Earth Food, Barky Beaver soil conditioner, or soil from The Compost Farm). Use 3 to 4 annuals per square foot. Add fertilizer, then mulch with Mini nuggets or soil conditioner. Water well immediately after planting. Best if plants being used are watered well before taken to planting site. THREE (3) 1" ARBOR TIE GUY WIRES, WHITE FLAG ON EACH TO INCREASE VISIBILITY. AVOID TIGHT GUY WIRES AS THEY PREVENT NATURAL SWAY SET TOP OF ROOTBALL 2"-4" ABOVE FINISHED GRADE TOP OF MAIN ORDER ROOTS (THE ROOT/TRUNK FLARE) SHALL BE VISIBLE AND SHALL BE NO LOWER THAN (2") INTO THE SOIL. MULCH: SHREDDED WESTERN RED CEDAR 75mm (3") MIN. DEPTH MULCH SHALL BE A MINIMUM OF (6") FROM TRUNK. TWO (2) 4"x4" PRESSURE TREATED DEADMAN, 4FT LENGTH FINISHED GRADE ROPES AT TOP OF BALL SHALL BE CUT. REMOVE TOP 1/3 OF BURLAP. NON-BIODEGRADABLE MATERIAL SHALL BE TOTALLY REMOVED PREPARED SUBSOIL PEDESTAL NOTE: ALL TREE GUY WIRES SHALL BE REGULARLY MONITORED TO ENSURE THERE ARE NO DETRIMENTAL EFFECTS TO THE TREE. ALL TREE GUY WIRES SHALL BE REMOVED NO LATER THAN ONE GROWING SEASON AFTER PLANTING.DECIDUOUS STREET TREE PLANTING @ STRUCTURAL SOILS NOT TO SCALE EXISTING SUBGRADE SEE PLAN FOR EXTENTS OF STRUCTURAL SOILS STRUCTURAL SOILS, TYP. LIGHTWEIGHT SOIL MEDIA, TYP. NOT TO SCALE PLANTER DETAIL2'NON-WOVEN FILTER FABRIC NON-WOVEN FILTER FABRIC DRAINAGE HOLE IRRIGATION LINE STYROFOAM PACKING MATERIAL NOT TO SCALE GROUNDCOVER/EXTENSIVE GREEN ROOF PLANTING SEDUM MIX, TYP. LIGHTWEIGHT SOIL MEDIA, TYP. DRAINAGE MAT, TYP. WATERPROOFING, AND PROTECTION BOARD, STRUCTURAL SLAB, SEE STRUCTURAL DWGS. SEE ARCH. DWGS., TYP.VARIES ie=` 8671 8585 Set �:;;� e� ,,..,, J P __ 48" 3�8>, �� TYP 0 o Do�o�o o���� �•o 00000 � o 00 Da O O 00 DD O D O O 0 0�����0�� 000D0���0 0 � O �OO � oO� O � O o0 0o O Oo � 00 � O O � � o o � � o o � �� � i - \ / � �� � /� C / / //� \�� � / �� / �� � / �� � ��� � � i // ♦ /��/ � / ;: . � � : � ' %i�,� \ - �/ � � � \ \ � `\` ` � O � '" `��� \ � _ ``` ` ` � ���� � ` ` \\ ♦ � � ``\` ♦ PLAN VIEW 24" REM OVABLE CENTER FOR EXPANSION TO 24" DIA. 1 1 /2" � � 5�8,> SECTION Product Number 00867105 Design Features -Materials Tree Grate Gray Iron (CL35B) Accessory Gray Iron (CL35B) -Design Load Non-Traffic -Open Area 408 SQ. Inches -Coating Undipped - ' Designates Machined Surface Certific_a.tiori - ASTM A48 -ADA -Country of Origin: USA Major Components 00867121 00�58563 C�r�vuir�� ��visiori 11/07/2008 Designer: KH 10/25/2013 Revised By: DVD Disclaimer Weights (Ibs./kg) dimensions (inches/mm) and drawings provided for your guidance. We reserve the right to modify specifications without prior notice. CONFIDENTIAL: This drawing is the property of EJ GROUP, Inc., and embodies confidential information, registered marks, patents, trade secret information, and/or know how that is the property of EJ GROUP, Inc. Copyright O 2012 EJ GROUP, Inc. All rights reserved. C� 11?��t 800 626 4653 ejco.com GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK Date Received: 09/02/2020 Cih' Secretar�� Timc Received: 3:23 PM Number: 54394 PUBLIC RIGHT-OF-�'�'AY ENCROACHi1'IENT LICENSE AGREENIENT COVS1l;KCl.li, THIS AGREENIEN'T is made and �ntei•ed into by and benkeen THE CITY UF FORT �VORTH. a home rule munici�al cc�t-poration of Ta�7�ant Gounty, Texas ("Cit,y"), acti�Ig by and tiu-ou�.;h its duly autl�orized Ciry Mznager, Assistant City M�ana�er, c�i• Deve(opnielit Se►�-ices Depart�nent Direut�r, atl�l 9�� F� AND C014'I1�'IERC� FORT �VORTH, LLC, a(n) limited li�bility company ("Licensee"), o�vner of thc real proE�erty lc�cated at 90t CONIMERCE STREET, Fo1�t �Vorth, Texas�7G102 ("Propert��"), actind by and tl7rc�ugh its duly authoriz�d Vice President. REC[7'.�LS ��'HEREAS, Licensee is the owner of certain real {�roperty siluated i�l ll�e Cily «1' Foi•t Vi%�rth, Tarl�ant County, Tex��s, n�ore pai-ficula��ly described in the attached Legal llescription of tlle Property, attached as "Exhibit C'' anci inco�porated hei�ein fbr all }�urposes; aiid «'HEREAS, tI1e City has � str�et, alley, side�uatk, and/or �ther public right-of- ��vay (u�di��idually c�r collectively, the "Piiblie Ri�l�t-of-�Va��") acijaceilt to the Pcopern� as s(ii>wn orl the map attached to tliis A�i•eemept as ``Estiibit A," �vl�icll is incoipoi•ated heri;in I�or aIl purp<�ses; and �VHEREAS, Licensee dcsires to construct/pl�ce and maintain certain improvemetlts «�hich will encro�cl� in, ou, above, or below the Public Right-of=Way; and �'II�REAS, ta accomYliodate the needs of the L.ic�nsec, the Cih� ��,ill allo�v the encroaclulient under t(�e te�7ns and conditioils as set forth in this Agreement. NO�V, THEREFORE, the City and Licensee agree as fo1(o�vs: AGREEI��IENT l. "Thc City, in con5i�lzra[ion ol� the p��ymez�t by Licensee of the fe� sct out below and cavenants �nd agreeu�ents hereinaPter contaiu�d to be kept and performed by Licensee, hereby grants pel7nission to Licensee to encroach in, on, abc>ve, or belo«- and occupy a portion �f the Cit}''s Public Right�-of-W��y as described in and at the locaiion sho��vn c�u Exl�ibit A. but only to the extent shown ther�eon, for the �w�pose �f installing builcii�tg caE�o�ies, private drainage, bike r�cks, trash receptacles, firQ detectar checks and greasc trap inferceptor (the "�ncroachment"). Upon coYl�plelion of the RO��V Lncroachment At�-eement -C��u�mercial Pa�e 1 of 1? Revise.d 4/2�20 Eneroaci�me��t, LicenSee a��.rees tc� f�c res�ao�lsible far m<<intainiizb the Encr�acfli»eilt �vithin th� PubGc Right-of-Way. Licei�see shall uot eYpand or othec����ise cause the Encroachment to furiI�er infrin�;c in or on the Public Ri�ht-o[=�Vay bey�nd ��vhat i5 s��ecitic�lly d�-scrif�ed in the e�hibit(s) attacl�ed herctn. 2. All �onsU�uction, mainten�nce, or operation in c�rinection ��ith such Eneroachment, use, or occupancy shall comply ancl be perCorined in striet eoinpli�nee �vith this A;�re�uiant �ud �vith the Ch�u-ter, Ordinai�ces, and C�cles of� the City, and in accordance ��rith the directions of the Director ot� the Tr�nsportat�ion ancl Public 1�'orks Depm-tment or the Director of the Water Dc;pai-tment, or their duly �tuthorized i•epreseut<�tive. Pric�r to the constructiorl of tlle Encr��acl�ment, Licensee shall submit all plaus and specitications to the applicab(e Director or duly autiiorized repres�ntative. Licensee shall not comrnence const�lictioii oF the Eneroachment until such al�prc,val shat( be indicated in ��-ritin� b}� tlle applict�ble Directc�r or authurizeii representtiti�-e. Huwzver, sucli approval sEiall not reliev� Licensee oPresponsibility and Liability fi��r• coneept, design, ai�d conlput�tion in the prepai•atioza of such plans and specificatio�ls. 3. Licensee, at n�� expe�lse eo the City, shall m�l:c proper provisio�ls foi� the- .''��.):;Q;.'.�,1: f31.tj 111S?:l!�ZT::1t? Qt :!!l}' ��:CISti11�� pr I%�t�.11'� UCll!t!�� i��'���'C�e(1 �,��" SUC�2 Encr�achiiient, u;;e, and occupaiicy, in�lucliiia the securitlg the approval aitd consent ot' the appr�pl•iaie- utility coinpanies and age�icies c�t� ttie State of� Texas aiici its pe�litical subeiivisi�ns. In ihe eveut that �ny inst�all�tion, reii�stallation, r�location, ��r repair of'any etistin�� or futuee utility or i�alprovemc,nts o�uned by or constructed by or on �ehalf of the public or at public cxpeiise is inade m�re cosCly� by vi�rtue of the constiliction, maintenance, or existence of the EncroachYnent and use, Licensee sl��ill p�y to City an adc�litional amc�unt e��ual to such additional cost as detei-ruined l�y the Director of 'Tr�lusportation and Public �Vorks or the Director• �f tf�e Water DepartineTlt, or th�ir duly autl�orized i�epresentati�-e. �� Liccnsee agrees th�t City n�ay entez• anc� utilize the� referenced areas at any time for th� pu�pose of' i�istalling, repairing, i•eplacin�, or m��int�inin� improvements to its �ublic facilities or utilities neccssa�y for tlle hcalth. s3fety, atid �velfai'e of ihe public, or Eor any otller public purf�ose. The City shall bear� no respousibility or liability for any clamagc ar disruption or other ad���erse consequences resulting fi-om the Encroaclunent installed by Licensee, hut City will mal:e reasonable efiorts to �nini►1�ize such damagc. 5. U��on t�i7ninati�n c�f tliis Agreement, Licensce sl�all. at the o�tion c>f� and �zt tio expense to the City, remove lhe Ei�croact�ment and rest�re the Public Ribht-ot=�Vay to a RUtiV Encroachm�;nt Agreement -Conunzrcial Pa�e 2 of 12 K���ised 4r?OZO co�Idition �icceptable to tt�e Director ��f� Transport�ation and Public �Vc�i-lcs or tli� Direct«r aP the ��'ater Depai-tment, or iheir duly authori-r.ed represeirtative, in accordancc �vitfl the�l-etistin� City specitications, lt is t�nd�i�staod ar�e� agreed tc� by Liceilsee that if tl�is A�reemcnt tcrmivatcs ancl Lice;nsee fails Co ramove thc Eucroaclunent as dire�ted �nd restoi•e tlae E'ul�lic �P�ight-o1=1�ay, Licensee hereby �,i��es City permission to remoti�e tlle Encroaclui7ent ai�d any supportin� structures �nd ass�ss � lien on the Pt'opeirty for the costs eYpe«ded b}f t11e City in taking suc11 acti�ns. 6. I❑ oEder to cic;ti-a�� ��ll costs aC ii�spectiou and supervisi��n ���hicl� tl�e City llas incu�7��d ��r will incur as a result of thc constiziction, maintenance, inspection or ulana�em�nC of the et�croachnients and uses provided for by this A;r�ement, Licen�ee a�rces l�� l�ay to Ciry at the Tiu�e this ���reeilient is requested an application fec in the sum of� Five Nundred Doliars (ti500.00). Ad�litionall}�. Licensce �grees to pay a t�e in the amount nf �i.��t per squarz/linear faot of the encroachment area upon execution of this A�7�eement ancl aiuivally tl�ereafter_ 7. 1�1�e ternl of ii�is ,A�reement shafl be for thirh� (30) years, oommencin� on the ,� ,i � � •<. a u �., �tt:,a Ja�� �,l;s ,��i•eei:�e�„ �,� e��cute�. b�� Cit�,�. .c�vevc�> tl.is <4�,e�me;:i ��.uy be tern.ir� �-c, upoY� Licensee's noncompliance with any of tl�e tei�ns of this A�reement. Ciry shall �wtifv Licensce i�1 ���ritiug of �ny uoncon���liance and it�not cui�ed u-ithin thirty (3t)) days, this Agreement shall be deemecl termi�lated, unless such noncompliance is not stisceptib(e tu c�u�e �vitltin diirty (30) days, in �vllich case tlii5 A��i'cciilent sl�a(1 be deemcd terininated in tl�e event tl�at Licensee fails tu conlinence and take sucl� reasonabte steps as are i�ecessary to remedy thc noncotnpliance �vithin thii-ty (30) days aftci• �uritten notice specify�ii� the same, or having so con�i�ienc�ci, tl7ere�fter f�ils to proce��l diligetatly and �vith c�ntiF�uity t�� remedy same. 8. It is fiurther undersro�ci and a�reed bet��-een the pai�ies hereto that the Public Rigl�t-of=Way tc� be uscd ai�d encz�oached upc�n is held by City as trusiee f'or �l�e public; that City exercises sucl� po���ers over the Public Ri�ht-of-l��ay as have been delegated to it by the ConstiTutinn of the State �ti Texas or by thc Tekas Levislature; ancl that City catlnot contr��t ���vay its duty and its (egislative �o���er to confrol the Puhlic Right-c�f=1�1'ay for the use an�l beneGt �f t11� pi�blic. lt is aecc�rdingly a��reed tl�at if th�; go��crniug I�ody of City mati% 1t any time durin� the terili l�crec�f determiit� i» its sole discretion to use or eause or permit tlie Public Right-of-Way to be usecl tor a«y othcr publi� purpose, includina but not Eicing limitcd to under�rounci, sui•f��cc, oi� overhead coilu�lui�icatioii, draina�=e, s�uiCary sewerage, transmis5ion of natw��l �as or electrieity, �r any other }�uhtic pui-�<rie, ���hether presently contelnplated c�c not, that the pa�-ti�.s agr�e tc� ne�otiate in �;c�od f��ith in ��rder to aecoml��odate tlle Eilcrc�ac}vnent an�l the }�ublic purp��se. R(�41' Enc�r�ach�tient Agreement -Commea�cial Yage ; 01� 12 Revised �};<02f) 9. L(CENSEE COVEN��N`CS AND AGREES TO 1NDEi!°1I��IFY�, AND D0�5 �{FREBS' INDENINIFI', HOLD HAR:�ILESS, AND DEF�ND C[TY`, [TS Ok FICERS, AGENTS, SERV,4NTS, Ei1�IPLOYEES, AND ELECTED OFFICIALS FROib1 :�ND AG:�I':VST ANY AND ALL CLAIN(S nR SU[TS FOR PROPERI'Y DA�I�GE OR LOfiS ANn/nR PERSONAL [NJURI', INCLUD►NG DEATII, TO ,�NY AND ALL PERSONS, OF WHATS�EVER KINU OR CHARACTER, '41�HETHER REAL OR ASSERTED, �RISING OUT OF OR IN CONNECTIC?N WI1'H, llIREC7'L1' OR INDIRECTL�', THE COI�'STRUCTION, �1AINTENANCE, OCCUPANCI', US�:, ElISTENCE, OR LOCATION OF THE ENCROACHNIENT �ND tiSES GRANTED HEREUNDER, ���HETHER OR NOT CAliSED, IN �VHOLE OR IN PART, BY THE ,�LLEGED NEGLIGENCE OF OFFICERS, AGENTS, SER�'ANTS, F,17FLOYEES, CQNTRACTORS, SUBCONTR�CTORS, LICENSEES, �LLC'I'ED OFFICIALS, OR fNVITEES OF 1'HE C1TY; AND LICENSEE HEREBY ASSLNICS ALL LIABILITY AND RESPONSIBILITY FOR SUCH CLAL1-IS OR SUITS. LICENSEE SH�LL LIKEWISE ASSU1��1� ALL LIABIL�TY AND RESPONSIBILiTY AND SHALL INDENINIFI' CITY FOR ANI' AND ALL 1N.JURY OR DANIAGE TO CITY PROYER'T�' ARISING OUT OF OR [N CONNECTION �VITH THE ENCROACH�IENTS .4ND ANY AND ALL AC'TS OR O1�11S5IONS OF LTCENSEE, 1T4 OFFICERS, AGEI�TS, SER�'t1NTS, EtiIPLOY'EE�, CONTRACTORS, SUBCONTRACTORS, LICENSEES, OR INt`ITEES. � l�rhile this Agrectl�ellt is in eCfect, Lic�nsee a�rees to furiiish City ���itli a Certificate of Insurance naining Cit_y as ce�rtiticate hc�lcler as proof thtit is has secured and paid Cc�r a poli�y of pui�lic liabili[y insw�an�� covcrinb all public risks re(ate�i to the prop�seti use and occ�upancy of pub(ic property as located and described in Exhibit A. Thc amounts of suc}� insuranc� shall (7e nc�t less tht�n �1,0OO,OQO ti�vitl� the understa�iding and agreement by Licensee tliat such insurance amou�lts ri�ay bc r�vised up�v�jrd at City's opti�n and that Licensee shall so revise such amounts inunediately Iolloti���in� �iotice te� Licensee o�Csuclt requiremcnt. Such insurance ���[icy shall r�ot be canceled or amended ��ithout at least thirty (30) days pi-ior �vritten nolice tv the Buildin� Ot�ricial of'the Ciry. A copy of sucl� Cei•titicate �f lnsi�rance is attacl�ed as "F:xhibit B" �mc� incorporated hercin ti�r all purposes. Lic�nsee a�recs to submit a similar Certilic��te of Insurancc annually to tl�e City on th� t�nniti�ers��iy date of the e;�ecution a[� this Agreeinent. Licensee a�z•ees, binds, and oblibates itself �nd its successors and assigns to inaintain and keep in tc�rce such public liability insurance at all iimc�s eiuring the term of RC)�4' Encrouciuntnt A��reement -Commerci�l Yare 4 t�f I' Rerisc:d -i12U20 this A�;reeme►�t .�nd ui�til tl�e re�noval of the Encr�aclui�ent aud tile cl�anin� �nc( restoraiion ot�the Public Ri�ht-�t=tiVay. All insurance c�verage rey�Eired herein shall include co��crab� of all Licensec's contractors and subcontractors. � Licensee a�re�s to dept�sit ���ith the C"ity ��vhen tltis Agreem�nt is ��secu(ecf a sui'ficient sum of money t�� be used to pay necessary fees to rtc��rd this Agre�mer�t in the real property recnrds of' Tal�rant County, Texas. After being recorded, the ari�in<il sl�tili be returned to the C_'ity Secretary oCthe Ci(y ��f T��rt Worth. 12. Li�ensee agrees to cotnply fully �vitli all applicable feder��l, state. and local la��vs, st�tutes, ordinances, codes, and regul�tions u� connection �vitl� Che construction, �pzration, a�id n�aintc:nanr.e of the Encroach�t�ent and use�. 13. Licensee a�rees to pa}� prc�mptly �vhen duc all fecs, ta�es, or rentals provic�ed for by this Agreemeut or by any (ederal, st��te, or l��cal statute, law, or re��ulation. 14. Liceusec covenants ar�d agrees that it shall aperate hzreundec �is �ln indcp�ndeiYt eontr���ctor� as to �Il riglits anci privileges granted hereuiidcr and not as an oCficei�, agei�t, �eivant, or empfoyee of City, and Licen�ee shall have exciusi��e� control ol' and the e�clusive righr to control the cictails c�T i[s oper�tions, �nd all persons perforniing s�mc, �nd shall be sc�lely responsible (��r the acts �nd omissic�ns of its officers, agents, serv�ants, emptoyees, conti�actors, subcontraclors, lic�,nsees, rind iuvitees. Tl�e doeb7ne of� res��aldeat supecior sliall n��t ap��ly as bet�-veen City and Licensee, its offiicers, a�ents, servants, employees, contracturs, and subcontractors, and nothing I�erein �l�a(1 be coti5trued as creating a partnership orj�int enterprise between City and Licensec. I 5. Licensee a;rees and ackllo�viedges that this Agreement i� solefy f�r the pui-��ose of pennittin�� Li�ensee tu ct�nstr��t, maintai��, �nd locate the Encroacllm�nt over or �vitliin the P'ublic Ri�;ht-�f'=�Vay and is not a co�Iveyancc of�any right, title, or intcrest in or to t)�e Publi� Ri�l�t-t�f-���ay, nor is it me��nt ro convey any ri�ht to use or occuPy propei-tY in �� 11ich a third-party may have an interest, Licens�e agrees that it �vill obtain all neeess�ii�y pe��nissions b�tore occupyin� such property. IG. R01�' Encroachment A���eement -Commercial Ya�,e i uF l Z Reti ised =lr2C)?0 ln any acti��n hroug(�t 1�y the City lor ti�c enii�rcement c�f� the �hligations of the Liccnsee, City sliall he cntitled to recovei• ir�tet•est �nd re�so�iable aito�-neys' t�ets. 17. T1�e p��rties adree tl�at tl�e duties �iid ��bligations c��ntz�ined in Section � sh��ll s�u�viv� th� termir�ation of this �,�reement�. 18. Liceilsec eovenants and �j�rees that it ���ill not assi��n all or any ol� its ri�.;hts, privile�es, or duties undei• this A�reement without thc ti��ritteu approv�l of tl�e City, and any attem��ted assi�nment �ti�ithout such �+�ritten apprc�v�il shal( be ��oid. In the ��'ertt Licensee conveys t(Ic I'roperty. Lic�nsee may assign ��I1 ol�its ri�Iits t�nci obligations under this A�reement to the ne�v o�vner of the Pt�c�perfy, atid Licensee sh�ll be deemed re(eased ti�om its duties and �bligatious hereunder upon City's a}�proval in �vriting of sueh assigniuent, ��l�ich ap��roval shall noC (�e unrea;onab(y cond�tioned or tivithlield. Foreclosure by a sectu�cd lend��r of Licensee ��r assi�n►��ent to a secured I�ncier by Licens�e in the event �f default or otherwis� sliall uot require C`ity ��pprcn�al pi��vi�led that said lencier no(ities City in ���ritin�� within sixt�� (6U) da��s of such forecl�asure rn� assigiul,et:; ai�� ass�anies ail c;f Lic��r,scc's ::ghts a.�c! o�l:��ations (:ereun�e.•. HL;;�: ��,�e��, �.�� change af� o�G�nersliip clue; to l��eccic�sure ur assi�Tunent to any s�cured leilder- of' Licet�see sl�all be effective as t� City unless aud until writtcn noticc ol� such fc�reclosure or assignment is providcd to Cit��. i y. Any cause nf action t��r bre�jch of tliis A��reenient sha11 be brought in Tarrant Countv, Texas. This A��reement shall be �overiieci by tlie Iaws of tllc State of Texas, 20. This Agreeiner�t shall be bindinb upon the parties hcreta and tllcir succ�ssors nnd assi�ns. 21. This Arreement may be executcd in multiple counterparts, each of �vhich shall bc cansidered an ori�inal, but all oC�vhieh sha(1 cunstituCz one instr�Ement (SIGNATURES ,APPEAR ON FOLLOIVI;�G PAG�) ROti' E:nc•i-oachment Agreement -Commer�;ial Pa�zc fi of 12 Re� i�ed �3'202� City: CITX OI' FORT �VORTH By: ,. �� ;��._.�� — DJ Harrell, Director Development Sen�ices Dicecto►• Date: August 21, 2020 Licensee: qTii AND CONINi�RCE FORT �VOR'I'H, LLC a Dela�vai�e limit�d liabil�y company L'y: Southern La1�d Company, LLC, a Tennessee limited liabilitv compa��y its mattagn�g member By: SLC Ho(d'u1g Compan5�; LLC, a Delatvare lunited liability cumpany its sole member ��; ��� ��.� � - ---- Name: Brian S. Sewell 'Titie: President Date: ` � i�,r-�,e �� . �-r�2-C� ATTES�': r���-�' V Approti�ed As To Form and Legality M�- N����-��v r.i�_.,,.�,R,•,;a�,, ,zczoc.a::>.-rz; Nlary Ka}�sec, City Seeretary City Secretaiy's Off`ice FWBC Sec. �210 Matthew A. Murray Assistant City Attorney Conttact Compliance Specialist: By si� lu�c I aclalo�vled�e that I am the persoti respons�ble 1��2� the monitot•ing ar�ci adtninistrntior� of this contract, including ensurin6 all perfonnai�ce and reportin� requirements. �L �F.t�Lu,Cil"i � r� Laurie Le�vis Inte�•im Develapment I��fanager RO�V �ncn�achment Agreeinent -Commercial Page 7 of 12 Aevised 4/202U ***TAIS PAGE FQR CITY UFFORT WUR7'H OFFICE LTSE ONLY'�*� STATE OE` TC.l'�,S � COUNTI' OF 7'AKRAN'I' S BEFORE �1E, the undersi��ned auth�rity, a Notaiy Puhlic in and 1'or the State of Texas, on this day personally app��red DJ Hv,�cll, I�irccror, kno�vn to me to be the person �vhose n��me is subscribed to thc fortgoing insh-ument, and acl.nc����led�e�l to me that he exec�ted tl�e samc lor the pu���oses aild consid�ration therein expressed, as the act and deed ot�the City of Fort �Vorth, and in rl�� c�pacity tllerein stated. GIVEN liNDER NIY HAND AND SEAL OF OFFICL this 2lstday of August �p�p. LAURIE DigitallysignedbyLAURIE RYP LAURIE PEQUENO LEWIS PEQUENO LEWIS o P �e� PEQUENO LEWIS oate:�o�o.oa.�, ,,:4s:3� z � Notary Public . � . STATE OF TEXAS -05'00' 9T +P Notary I.D. 132278952 r. r.,. , ,, r-r FaFj� Mv Comm. Exp. Dec, 10, 2023 IVC��afY' PU��IIC ill c�i1� iin ti1C .��tilii. Gi i�lilS A�-ter recc�rdin� return to: Develop�a�ent Szrvices De}�art�nent Development Coordinztion Offic� ?00 Texas Strect Foi•t ��r'ol-ttl. Texas 76102 RUIi' �ner��ach�7lent Agreement -Commercial Page 8 of l2 ftevi�ed =1 �3b20 STATE OF f r'�- § f'OUNT�' OF t 1� ttn'1 § BEFORE N1E, the undersi��ed autharity�, a Notary Public in and for the State of �--' �� ��I.i-this day pecsonally appeared B►•ian S. Se`��ell, President of SLC Holdtn5 Cotnpany, LLC, a Dela�vare limitcd Gability c�mpany, the sole mel�iber of Southern Land Compan}', LLC, a Teruiessee limited liability company, the mat�a<�ing member of 9�' and Conunecce Fort �1�`ortl�, LLC, a i�ela�vare limited liabilin� company, lalo�m to me to be the person whose name is sttbscrbed to the foregoir�g instrument, and aclalo«�ledged to me that he or she elecuted the same for the purposes and consideration therzu� eYpressed, as the act and deed of 9TH A��tD CONI`�IF,RC� TORT �'�'URTH, LLC, a Delativare Gmited Gabili�} company, and in the capacity tllerein stated. G1V �:N U NDEP. I��fY HAND AND SEAL OF OFFICE this ���da�� of �J��%-f' ?020. ���� ,� .t�,� Notary Public ui and f�r tl�e `' State of `�� ►-� rt �SS�� fZOW E�cinactiment t�areement -Conm�ercial `,''it999PId/�o +e�° 1- SC1�°� °°�s `� y+{ ��`�'���.�•.e '� 'oI : r�,�':' � STATE �'•,��t+�� � ,�,r pF : .t � — ? TEidNESSEE g — ' : i�i�iARY • � ' � �. ;, � �'' . �LtBUC �,� � . ,•, .•,�, • • ,,......,,� � `, ��._ �j��,R Co� `e,. '�'��aaaaae�`� A�y C�lmisa�l b�lros May 20,2024 Pa;e9af12 Revis ecl �t!2U20 EXHIBIT A Map of Easement and Encroachment ROW Encroachment Agreement -Commercial Page I O of 12 Revised 4/2020 N N ' F, 1 i' � - �' r � m a W � - _ Q' � � a � � _ �� �� } - _ '1 : 9 ie � - ~ O � r 00 0� � � -a: �! t - i.ai , ��.� �F � _ ' x � � � >� �w .. 7 a�: - �r,; ,i-. 1-� ;�.` - � O r ~ w � - U � `, �_ . - i s . ¢ U � . , ;3 ii .. ii : : - ' �amn-a�m.n . ... .... .. . .... � . . . .. i33wsr.na�n� � � . � �� �-- _-.� __- � _ - - _ I � < �;� �� � � � %'�_ � {' -- � I ; ' � � Il _ _ Y�� � � � II� �� "S i I LL� I �a , L - � � =� !� J !i > �; a ! � I z I���` �� fl z r ; �( � � � LL. ' . (. � 4 <: � �i ;7 L'� � U � � � � __ 3 z ,,,r-- —.y-.-�-- � o - �� 4✓' � �I i: � i i� ' �� � �'�' e..� .. ..o�- '�, .... � �- 1 t " �L —_`.. _ ' � +� I~•L•-� + — i � Y _'_.'_`_' S , ; � ; �-- _� ; � $ , ,_ �, ,; � L____� _ _ ______J .jo . . . � � . _. . . ` �,��- - .. � .1 �. ��. . . . � �� � Z O — w � h z m I 3 a� c' I z U '; � -I .' � -� I WI.0�11 Z -_.nua-eo e ti a•:nuaaa— �a:i a_ae a —�i s,. I3 >�% I Q� I9 a. I �I H U �r - T aoye— : � w � � .9 :� S � y� m � a a O � z < U z Q w �� Q_ LLY m Z 0 w � a a;v o� a� U� Q � � i � i i � i � � i � ._..0,. _mJ" � - � L ----` —�—�—=—� .�„ L�— � qrt � I �-� � : � , � � ��Rr� a. f,, — '� . o � � w�E _ ��,,..�..� l � °° � �. . w., ,.. � — L .—_. � � �.aa���,�.E � `' EAST 8TH STREET � '' I � �o ,,,�. �.,�c.c�.cc : �re ,..��E I � .�... : � ' �.— li ��. :.,�. . ' �, ... _.. �.. ., r�� '.:; r`� i-�—. , —� �. f — �,. — —.., . .� . . . . ._ � �... � �:' T , � �.�i .��.. \ LEGEND ^ s1� � \ �1 � " �.. � y'. :I�I. I� '�� ��� '� _I 't� �f{��__J� i �_.—, = '�.—..,-...._�_� ' .... Phurealvuve _�_____ � A_'� � I I . � . ..-. . hoJr1+�F.-: II � , . ., � I:: �--- wutHiwt — — — — X I ` '� X x x K � I O � �... ,..� ..� �,� .. ... �.�..�..,, � \: I ,... .. .. � x % X % }'. � �r. I .. � II .I ... I EXSnN1TARVSEIVERLWE —....—�. — ..— � x x%% x i �:" p� �, � .i I � vF�oaosEo wn1Ea uuE ` t % x `I :. p� �li I �. � ���uo.� " / I (� , K � " x '� �1{ / �}�' ' 1 PkCf+05'cD 5AW TARV SE W ER L W E ' X X I . _ '. 1 I '. I . % x %% X I - � I'C I 1� � . \ / I G% FIHtMYIJ11ANl O �Lr ' x X x u X �I i`',I �\ �. 1 . N.rNi .,I (('' .. I� \ I h ti�J nu.Ru_ nee ta I � I '^+. �' .r,�� � / „rar . ' <� � . �N u�ww� io nar�aFr . i � , . \ / i GENEf'!�L NOTES � i �y x'� .,� xx;oicx III T \ � ,1% � (`a' I .. � � /\ I . . ,�� � �J ts or io X x x x x 'I a I � �� �.� � _..��.,� � ��..� �� . (m ..� IO /.. I .<u � 3 I I / �+ I 1�." �wxint crao�+l,.[ouuaowG I' �� — —� FIUI/ /� � \ I •. . .• t• � � 'i SJ � \ I "� 6'�kr �ie w�c " , �� . . ti ..n I � � cr .� ,, � +ii • I r �u.�c - ' j mnw RT � ' ui n i \ f .. .u.u���� »ro��u. X.wcwi �uc � � �I ,,. . I - � � r ' ,. � i BS �C , �, �. ' ...I��������'��� ,.- r.: � :� ' ` WAIERISSSTllDY2017-799-WSL� ..,A. �,�rez ....� a.. y 1001 i � NF �: ' 7K �� �L� � � vaaa� ���i � f , .... _ 1 , . , I i I /' : i• �L � � ��M�ao� w.nw.�M 3 f . -� \ " / I � :. ! � � ' / r� � �, � = . � , P���r �x a � � I � � �'k, �- I � h � � '� � ; ��z I � � � — �� , �j � , �, � � -�� .� - , � � y w u � �� �,. � - -- � � �' Q \ � 4 I � � Q / - - _ �. r� - , ��Z �� � � (��� � �� _. � � � � � — — '`a � w w = ° ; j = (� _ —. c, ._, � -��,., , � I ( � _. N > � � N � - — - - — - ..� � ^r''�'^-'E�...—� ---'3�3-,��.-�-�_ � �.,�. .= � I I , �v� ' w o � �� n..Y�R ^ "� .y r- , �. I r, . '_"`1 i .� - � - — � a; n . u..x. t i` r� �i �.� \�� �_ �_'�y,�/ 1 w Z a o y � `$ � �,::. _ .�-.,� 6 t :�' i � � f� 'i�._ �'_.��_ —� , �.�.�� i,-- "-7_,'_f�' .-1 _ .... ' � o , � � ' ' ,MW�. �.,.o � i r �' � � - � ' - ��c�...� �� --" ..�� .. . �,��-'-- �..�- ... ; � I �Fn�FRa.i woFrH saunRE P ar U a = c� --•i �; � ��. � E�\ST H STREET � I . ..__. � � � . � �.., , � Hcw � ..I — � 2 C, � u � ._... � —.1 m�a.v�r -�, ' � � - r.� � � _ �. — I r..��-rx� �� N � .a M E, � ..._ ., . � .:.'. n...,� ..._.. , ... __ ......" . — _. . . _. .. �a ,. . ;,— -- _ �— -d — ., - , � m � I ; ! —�� 1 I k � �� __ __ _ __ _ --i� ,�:` :��, } --- , ---- - ----- — �- . _ �--- � w� I_ �� i � I i J i i [.W� � � � � BENCH MARK LIST � Z �'a r_ n`, � -'k.:�� >>�,r ;s�='`� �__�.__>. CAUTIG� J �J � . s rr..�� . �.�cn�= � � .r, .., w � � K�owwn,r�below. _ - � Callbero�ro�a�a «,.��ry�bv.a„�.�,�., C1.00 i � , � � , � - -�_ ..J. �: ��: �- ^�._ � --- � —_' � -- - - - — _'- — _ o ,. J;, � , . . I IQ <i4°�. I , . .I ` 0 2 . .. . . ..... " . . � `. r� __. ... ,� ... . ..... ... � �_ � � � �� ��� ��4' ,��°-^ .«-,....c ..�w..,uE..,.� V EASTBTH STREET�� o I o � �. � � _� .. ., , � � �� ,�..,,w . ..._ , , I � � � __. __ __—_ - .. �_ .., , - � � � �-+ '' `— �-- um .. , � . _ .... .. i, I _ � �� : O . I �v.� . 1 � ' L c.� , . _ . �. I � � n . I �sa .:� i.. c� .. 4� .... u 2 � � i ' � .ir . . I � � �iry • o. .. �.,r p, . .� . � � � �� m I � ..K ..... m ..J- . � �- � . � .. _ .— ' . , - ------- � �I' :� �'--- . X x i[.-�_ X x I Y� pn 1' }-- aina .% X x % I I � : -�„«� aaao � � .... � x x" x � I ; , • I' x x" X I � � � I. I I x x � I' �.�( x x I - m S . r. . .. . . . ... ; , I %�w��°;�,'��.��,�� * � i ' I � I -..--'; � `. .:. `3 �,.. � `o �e4n�5rF LI 4� /._'`.,�� C�+..r�.f��.twt \t�"^ . .:�:'wv.-�� m .Llo. �I � I �. I Xv%icOXFr axw%i % I I �\ I — C �uw.wZ,w.i.i� . 4.w1 N. �u� iiourr 1r urr.i.� I R x" x'� x"I � I :Y` ...� �, �.,...., iw i Q) ��'��yf i % � x X % % x i I Y : t _ ' �:�� �lu !. 'c Q� I K � M1� I Y I rt x x X x'� ��.k� / '., . ..r.�✓. ,r.. Im . I' '�, ` D l I I S � �v�.....L�........Y:� / �I' C��w..� i I W��, .I� r� I _I" I��;Wi� .��r��� .�c.� �. � I� I F � I�~ � I �I :j I i J � � I t I ' ���� � � � , � , ;, � � � � � � ; I _ ,, — - ; I I �. �,, � '-�- 1 - - > ^ - .�. _ — .n�i� -� i � � ' � � .�:_ ---i I_ "r: II �1 i�r � � �' -�-- • �_7 � �`� j � ~ /� - ;� �... � � � - I __ __—' _ —4 � � - = � (r.. -.�.. _ .,— �.. � �- :'''. :' ...'�.��. � 0 I _ _ _ I I ' Ix _. -. '� I �'_/ � �— �y _ � � I .. . : � . 'Y`.� - . I � �'., � � 1 I I O r: I 1 I � ; Z '. 1 _ _—__—_ _ —� I `N . � I d ' � -� I � m � i I "t I I y I _ N 9_30S �_ _ _ _ � '.Q ' I / �� I I I I � I b I� I I g �� ; II ° I�- �;�� I , � Q�i � -2eeG� W i . ��-` 1 t� � - _ 1- � � ��:.� F � �' r l.. I. --�-- `— � � -L_� ��,.w� . ., :. EAST 9TH ST T��� --�- --I ..... .�.� I. � REET ti'y-�...._� .,.,- IY_ _........ �. _...: . �._ — ' '� ' �- ..I. r.�.u�� ,...,.... — �.`.— __. y " .�.. . ._� i�. . , ..� ., � � �. _ _ — _ � _ � _ �.. t� ' i�.:... _ _.. . ._.... ...... ..... I I � — I �` � PFJPEHTVLWE tx wartH�uae E%. SnNITnRY SEWER LWE PFO�DSEU wqTER LINE PFGPOSED SnWTqRV SEWER LINE VI�(:F'U�_U WAItH E E u� C� WATER/SS STl1DV 2017-299-WSL I � � BENCH M,�RK LIST CAUiION CFNI=FAI N.'IJRTH $QIIAHF PAFK prx•+J^ aK�owwnat'c b@IOw. ... , ,,,,, ,..P . ....,.o Calloarorevo aa �n ���.�N � � � � � I��III � W w aNZ�r Qo�w N Z W U � ¢ > w o wZ�� r a�� 3 Q � o 0 U a H � _ � O m W U' � � � J U d N � w Q � Z og W oa � � � a JC1�J01 t t ly f.; ��, ru, � u � s.un'� � — . ; ::�:ti - . . ztne s t � �. � . -[� -. A <. G i , t. ..I, ,, x... l::.t� F P C 'C C . � �* .. . . . j ' RF r F:��v EE . / '.i�E � . � srH srReer � � .� n _ / .i u;,r . . _1 iv�v rn,_�.i..�.uie.�. a � =� . .. � . ; ��f ;`�`.�rd� / , � I . �� a ` I I I i � . , ._. ........ � .: , -1 � i , � ;- ; . � I .,..,, . ___— __ .:. ' _ _. .. _. . � - , �,,,_ � I • .I - ot i :— % " ;.- -: �. � _ _ �; i., � � , .. , ���Jr--- '1 �`� - r�- r-� - -�::� � .. i i ii �� �. _ . ..:..:. �. . � . k _ . _ . .�.. �r ii . ._—_1I T,.W � ' ._ . . �. .. ���i�ll s � I '� � I � �I.I� ^i i ks E E '..t / IE ...,.�M�ri r '. x.t� � C :t - _ U Y ,.F� ._ _` . . i r � F. ,� �� � E� � I , 40PGSE � O,' � �F.� 'f. � ;_�t �,. � � , , , �t : �F_ �,�rr �, r � a I� U - ly W < r° _:�� N P. ,� �I ..ei N.., '„V ':.� _....... ', i U l- I d Y P � � rr l , �E i.,�tC�C.�:..[h . C4Fer.FN j.. I __ _ — 1 FEJ E P, i .�,-,� ui . � - 1 �ntor�wcu«>eon� � Z P L 1 W R�f C.. �JI L It�.v._�.1[ +rv., �� � ", , '�. C.aF..�E i:fa�r I i �� i . I � ,I,__ � I I II I __ _ __ _-_ _ !I _ I�, � i . . �. ' �j, � I. I I � � _ � _ � ! � ,..... , .. — I li . � �. i�� �� ' . . i� ...... _.. . . � I I EXISiING BUILDWG �i� I'' i �i � � i ; .... 1,: _ _ _...., _ I i �_ _ _ _ _ . _ _ � I � . I � � , i � I i O .e:::. ,� _:F-: '--i'� �: .. 4 __._ ......-�..- . . �-- :��.:�`: I I .:7; .:�. ¢ � I i U � 1 ; � � _ �Fr.�= I . I ::' � ::. ., .... _ .. �.. .,.. ., � .. ` I „ .....I ._ ( I .f ., ... . I ...,._ � '::. I ��� . . � . . .. , . ._.. I' _ _ '_ . _' _ . .. . i,. I _ . . . I . ... .. I .. _ I I . itlt�llk I � , . . E{If.Y I I � — I .. .:_ ' . . _. . . .. .._ " _ ":".:. . ._�. I ... ..>... � . .� .._ . . « .� I i � _. . I .._. . ; II , 1 `i, I i � . . I.... .. , . . i - --. i i �i r �F�' .: � .. �: � - - � , � ��' . .. y.� .�. L �, r. � ��� ... . �.:_.: _ .' I�......_. � .... __ . � i .. . _ I� [ Y� I.�WC F.. � �QQC � . ....� I r s��N:� r ie �4 -� � - . , I —� �L .� i<<="I—i �—� �„ � ,_i� 1 r i� �:.�� �= , ,�> � i— � � Y , �. . �� II .� I .. � � � \ ' .. . . . _ . . �l. � �.�_ .. .. .. ........ .. E. 97H SiREEi inr ri : i zi �i n i v cwra �.�.� r�..ur,trae:+.i . / L [i �. . � —FV _ CJ4�I [ f A , _ i w � Ct f � UI I JI t ' f Se�.lti �- _ �' ! 4 / V4 �I _f Li � I ([ C - x i II F i_ / .... IEN..1._, �n� F .� � -, MATEkIALS --------� E S,u E1 R V E D -- ---- SITE AMeNI�IES/ FUkNISHIKGS LIGHTING/ ELEC-RICAL vo_�e . N,�e�eE n� s o E i c�icnrE� V! MI�N fFFI�IF l..1 IkFll•:.11GIJ 5 iE . '! SEE �vl UP.r� IN SFO4G' .LING U I ftT I i(J" I(, 3 C Jif: Ofi.M;, lFE GVEFr�O SiOhEALIE.I-Pn V l IIGHTSFGA CEUl�i2L�'.i1��.FfEF CONSTAII:TOnI � R oiv � �S� r� -..� �% t�y � � � � a Y � " _ ' F- } W W Q � � � � N Z � w Q p 5 W s N Z W U ti Q > w O C� w Z � � '> s Q S U o d � J � 2 O O p� W U' � H �3� � a N � \ \ ✓'� \\ ... .. I JC- I,..FH4 LI��� � \ �\�...� �\ � CAt1fION _ '\� T�.lufilCC�H,�I .0 ..L .. r_".- _ w " c., . . - ..� �, ,_. . . . � .,o -, y. - �� � ......... . . � �._...vxo ,. . ic n,�rl.i � w'` u ��.:�::,;;: � � _ �, u�... �. _ ...... � . . . e� s � _ _.v,o r�a �, ., �::u.�. „ Efl :�. .�.� ciaJVti I.1 . i. r�..�. ���� y� - � . � .. �:�.i a Ftli,�l.:', ' ' i.. .r.� '� � K�ow �.n,ars below. i uv�i � t CdII before you tl g . e.Hunutv ,-. v„i.r., � .... . _. ..�... . . . �ne . �� - � � .�,�.�.. .� L1 �G ,, �, � , , � -- -� � � - �-- ----- � _ . `rj �' �--- � � �ii::.i 3' , � � ~ I Irt . _._ _ Y, _ _ J { �.y,�.l I7 I��. I I� I FAST BTH STREET � � : � � . ,_..a �, ' l � � _ , J � ,;,P � , . '�i' ._ l � - ��,� � ...�'n•r. �. _ ..__ ...... � � h�'S ..,_ ; I i �� � � "'i�- I �r ti � ,: .,.,. ... _ . . � I �� V � 'c�b.2Yy � I ='S. . l.�SS3.as,u H.. - .: I I _.. f _ .. — _ _ .. I ry - _..— _ _ — ...� `�___�'_"_ ,,. I � � I I �� '� .. , L �,.t �" ' � i �� � � �'�i � � �� ���'�?' , � „� � ..�,�,,,,_.,. , � � � �. �i ,FI _. .. � "� � i ��� �� � Private roof drau� onnections :o pub6c s[orm system. e�� Included 4��ithin Encroachinent A r�unent. � i l. _ I y� ._ � r I � } ��� ' -' �'� I�'iI �.'� �4G�[o u.0 yEEOEi.ULiN HfkTFJH -a I-- I G � p� � .FFE = 601 �D' I ta Eo G 5 � ' � �� t � , _ r �____ ___ � . nNo ou,�u�wcE r � m , . � '. , \ ._, ..T_ ._ FFt 60 E��e v,� �' I � b�� ,..._. ,� � � �� � t�� �m _ �i ��� � I Ip � I 1 ti �� � ' I I • � •�— � � � �� ' � I , � � � �. 1 � ., _ ` .,. .. . . Y I., � I�: � �. I . Rr R L'�a r � r' � r I a/ � I I� ,�I � G- .�..� _..,, .,. I r+� I i � �.. FFE 60_ BO' ... � � i li i / �� .. .. . � r M I � � ;' � � � -� , �� i , I `,. , ; / � i a� � � L—_J 4 — � � � � •. � - � �L — = I I .� _ ��'— �» �� i {L � ai , i �' — � � � �= , ..... �--� , � '�� � , I I �I . � . � ��-- _ � I � , � ...,� v ,. . . � � � CAST 9TH STRC� -' "' i, , i. , —_ ..,.....,. � .,. .. �.� _.__... ::.._. :-. . '�..:.. ._. � I .: .,._, .. ,. ..._ ..: � ,.. .,. ,. ..:: ... ' ., I .:'�', _• , _� ' '.'4 .� .:", . . '... ... . , . . .' . � '" , ...__,` .���1_ .. _ ' I ,.�. . �__ .:—.,^'—.:-_ _�,._"....__' _�'_ `_..� Ib ..._r___ I I I � I ...FFE = 60�.70'.-- .. . ' '...° STORhI ANS FOR N 1'0 eUl I 1 � __ — � i', � . _ � _.. � , __ .; '. .'��' ��� sror.m _ _ _ _ ��� _ '— � �" �`° R ��N� n' 1l � -i�� .,=..r a � �u ; ,. "� � `' � STORM , � . : •FFE 602.80' � t- nNs roR ' ... .... �N TO BUILDING . � . II I JI STOFM " � - -- nNS FOR � �I ��� ,--. � I � , : , � � ... nFTqIL ED nLL EY GRn�INC ONfJ �RnINA �F II ' � � � J �n la 4� ?� ti �1 � A R C H I T E C T S 0 901 Commerce Fort Worth, Texas � � � � I �Qd�l�i ��— ��— ��— ��— ��— ��— ��— �� ��� ��— ��� � � � � � � � EXHIBIT B Certificate of Insurance ROW Encroaclunent A�•eement -Commercial Page 1 1 of 12 Revised 4/2020 EXHIBIT C Metes and Bounds or Location Description of the Property ROW Encroachment A��eement -Commercial Page l2 of 12 Revised 4/2020 LEGAL DESCRIPTION RIGHT-OF-WAY ENCROACHMENT BEING a 8,756 square foot (0.2010 acre) tract of land situated in the Mitchell Baugh Survey, Abstract No. 106, City of Fort Worth, Tarrant County, Texas; said tracts being part of E 8th Street (a 60-foot wide right-of-way), Commerce Street (an 80-foot wide right-of-way), E 8th Street (a 60-foot wide right-of-way), E 9th Street (a 60-foot wide right-of-way) and Calhoun Street (an 80-foot wide right-of-way); said tracts being more particularly described as follows: BEGINNING at a point at the intersection of the northeast right-of-way line of Commerce Street and the northwest right-of-way line of E 9th Street; THENCE North 59°47'44" East, along the said northwest line of E 9th Street, a distance of 200.00 feet to a"+" cut in concrete found for corner at the intersection of the said northwest line of E 9th Street and the southwest right-of-way line of Calhoun Street; THENCE North 29°53'46" West, along the said southwest line of Calhoun Street, a distance of 74.95 feet to a point for corner; THENCE North 59°38'51" East, departing the said southwest line of Calhoun Street, a distance of 11.52 feet to a point for corner; THENCE South 30°27'29" East, a distance of 90.36 feet to a point for corner; THENCE South 59°29'20" West, a distance of 222.46 feet to a point for corner; THENCE North 30°31'55" West, a distance of 231,52 feet to a point for corner; THENCE North 59°36'00" East, a distance of 204.25 feet to a point for corner; THENCE South 30°24'00" East, a distance of 5.00 feet to a point for corner; THENCE South 59°36'00" West, a distance of 92.84 feet to a point for corner; THENCE South 30°12'16" East, a distance of 10.33 feet to a point for corner in the southeast right-of-way line of E 8th Street; EXHIBIT "A" RIGHT-OF-WAY ENCROACHMENT MITCHELL BAUGH SURVEY, ABSTRACT NO. 106 CITY OF FORT WORTH TARRANT COUNTY, TEXAS RESIDENTIALIDWG\064403809 901 COMM THENCE South 59°47'44" West, along the said southeast line of E 8th Street, a distance of 100.00 feet to a"+" cut in concrete found for at the intersection of the said southeast line of E 8th Street and the said northeast line of Commerce Street; THENCE South 30°12'16" East, along the said northeast line of Commerce Street, a distance of 200.00 feet to the POINT OF BEGINNING and containing 8,756 square feet or 0.2010 acres of land, more or less. LINE TABLE NO. BEARING LENGTH L1 N59°47'44"E 200.00' L2 N29°53'46"W 74.95' L3 N59°38'51 "E 11.52' L4 S30°27'29"E 90.36' L5 S59°29'20"W 222.46' L6 N30°31'55"W 231.52' L7 N59°36'00"E 204.25' LS S30°24'00"E 5.00' L9 S59°36'00"W 92.84' L? 0 S30°24'QO"E 10.33' L11 S59°47'44"W 100.00' L12 S30°12'16"E 200.00' NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the encroachment tract. MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 M 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 P�I . 817-335-6511 michael.billingsley@kimley-horn.com EXHIBIT "A" RIGHT-OF-WAY ENCROACHMENT MITCHELL �AUGH SURVEY, ABSTRACT NO. 106 CITY OF FORT WORTH TARRANT COUNTY, TEXAS RESI ���T/v _ _ � — LEGEND � 30 60 GRAPHIC SCALE IN FEET � I F- W } W � � LL � ° u� ~ _ � w� Uo Q_ � W o � o � � � Oz a U � � : RIGHT-OF-WAY ENCROACHMENT c� 0.2010 ACRES �' 8,756 SQ. FT. x� L 1 (c.M.) � P.O.B. = POINT OF BEGINNING XF ="+" CUT IN CONCRETE FOUND C.M. = CONTROLLING MONUMENT L1J � W ,� � o H = � � � Z p �� Oo _° � � o Q z U ¢ � � `" L5 E 9TH STREET (A 60-FOOT WIDE RIGHT-OF-WAY) NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the encroachment tract. EXHIBIT ��A�� RIGHT-OF-WAY ENCROACHMENT .. MITCHELL BAUGH SURVEY, ,�� oF TFy ABSTRACT NO. 106 �•�P;.��GISTE,qF� ;��9Cr MICHAEL C. BILLINGSLEY . CITY OF FORT WORTH REGISTERED PROFESSIONAL ,'���_______�...._.. �*. TARRANT COUNTY, TEXAS LAND SURVEYOR NO. 6558 M 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 michael.bil lingsley@kimley-horn.com w i WC;AI Fv. MICHAFL Rl15/2020 12:41 PM K:\FTW SURVEY�064 so, E 8TH STREET (A 60-FOOT WIDE RIGHT-OF-WAY) L7 � J L9 L11 L10 � XF (C.M.) � � I I N � ; LOT 1 R, BLOCK 116 - —" ORIGINAL TOWN OF �ORT WORTH — � (CAB. B, SL. 3421) { (3T?.A� L,p :g � i r�• ��Q MARY LC�UISE NICHC)LSO�1 M. t� �" ``� COUNTY CLERK � '�; 100 West `Neatherfard Fort V�Jorth, TX 76196-0401 �;:_ _:.; -; �.- �,.,f. .^-"9r"��:'f PHONE (817) 884-7195 CITY OF FORT WORTH 200 TEXAS ST FT WORTH, i X 76102 Submitter: CITY OF FORT WORTH CFA OFFICE DO 1VOT DESiROY WARNIiVG - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 9/3/2020 8:17 AM �nstrument #� D220221541 A 22 PGS $99.00 ""i�5.�zti,�_r- eo t � «-%..c-@a.a.J BY �� D220221541 ANY PROVISION WHfCH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL ►'ROPERTY BECAUSE OF COLOR OR RACE IS IN�✓ALID AND UNENFORCEABLE �NDER FEQERAL LAW. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: October 21, 2020 The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water Department’s Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A.Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2.Manholes & Bases/Fiberglass ............................................................... 2 3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4.Manholes & Bases/Frames & Covers/Round ....................................... 4 5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6.Manholes & Bases/Precast Concrete .................................................... 6 7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9.Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B.Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... 24 C.Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 36. Automatic Flusher ................................................................................. 36 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 1330" Dia. MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 1330" Dia. MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 1330" Dia. MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 1330" Dia. MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 1330" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 1330" Dia. MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.09/16/19 33 05 13.1030" Dia. MH Ring and Cover Composite Access Products, L.P.CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"09/06/19 33 39 20 Manhole, Precast ConcreteForterra Pipe and Precast60" & 72" I.D. Manhole w/32" ConeASTM C-7660" & 72"* From Original Standard Products ListClick to Return to the Table of Content6Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast FiberglassHobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass PipeAmeronBondstrand RPMP PipeASTM D3262/D375410/30/03Glass-Fiber Reinforced Polymer PipeThompson Pipe GroupFlowtiteASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)SDR-26ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)SDR 26/35 PS 115/46ASTM F 67918" - 27"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDR-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationSDR 26/35 PS 115/46ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 30343/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26ASTM D30344" - 15"10/22/2020 33 31 20 PVC Sewer PipeSanderson Pipe Corp.SDR 26ASTM D30344"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26/35 PS 115/46ASTM F-67918"- 36"* From Original Standard Products ListClick to Return to the Table of Content21Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 240AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeAWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationTrans 21, DR 14, DR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 14"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-12"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 18"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"9/6/2019 33 11 12 PVC Pressure PipeUnderground Solutions Inc.DR14 Fusible PVCAWWA C9004" - 8"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR18AWWA C90016" - 24"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR14AWWA C9004"- 12"9/6/2019 33 11 12 PVC Pressure PipeSanderson Pipe Corp.DR14AWWA C9004"- 12"* From Original Standard Products ListClick to Return to the Table of Content30Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD09/06/19 33-11-11 Polyethylene EncasmentNorthtown Products Inc. PE Encasement fro DIPAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Automatic Flusher10/21/20Automated Flushing SystemMueller HydroguardHG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent)* From Original Standard Products ListClick to Return to the Table of Content36Updated: 10/21/2020