Loading...
HomeMy WebLinkAboutContract 56385-PM1CSC No. 56385-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALIIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 City Project No. 103472 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALIIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 City Project No. 103472 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents Division 02 - Existing Conditions Date Modified 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALIIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 City Project No. 103472 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings - Cast Iron 33 05 13.10 Frame, Cover and Grade Rings - Composite 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 11 15 Pre-Stressed Concrete Cylinder Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Standard Blow-off Valve Assembly 33 31 12 Cured in Place Pipe (CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALIIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 City Project No. 103472 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 41 12 Reinforced Polyethlene (SRPE) Pipe 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A – Controller Cabinet 34 41 10.02 Attachment B – Controller Specification 34 41 10.03 Attachment C – Software Specification 34 41 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 34 41 15 Rectangular Rapid Flashing Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 34 71 13 Traffic Control 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALIIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 City Project No. 103472 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALIIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 City Project No. 103472 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALIIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 City Project No. 103472 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALIIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 City Project No. 103472 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements: Stormwater and Water Standard Product Lists END OF SECTION Spec Book DAP - BID PROPOSAL Page 1 of 3 32 92 13 SY 1121 $3.60 $4,035.60 32 92 13 LF 3490 $1.00 $3,490.00 32 92 13 TON 6.38 $2,500.00 $15,950.00 32 92 13 LF 34 $38.00 $1,292.00 32 92 13 LF 79 $49.00 $3,871.00 32 92 13 LF 80 $83.00 $6,640.00 32 92 13 LF 7 $100.00 $700.00 32 92 13 LF 3290 $62.00 $203,980.00 32 92 13 EA 5 $5,274.00 $26,370.00 32 92 13 EA 1 $1,362.00 $1,362.00 32 93 43 EA 2 $1,346.00 $2,692.00 32 93 43 EA 2 $2,656.00 $5,312.00 32 93 43 EA 1 $1,336.00 $1,336.00 32 93 43 EA 2 $1,974.00 $3,948.00 32 93 43 EA 10 $2,465.00 $24,650.00 3311.0447 12" Water Pipe, CLSM Backfill 3312.0117 Connection to Existing 4"-12" Water Main 3312.3004 10" Gate Valve Bidder's Application Bid Quantity Unit Price Bid Value UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description TOTAL UNIT I: WATER IMPROVEMENTS $305,628.60 Project Item Information UNIT I: WATER IMPROVEMENTS 3292.0100 Block Sod Placement Bidlist Item No.Specification Section No.Unit of Measure 3305.0109 Trench Safety 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311.0261 8" PVC Water Pipe 3311.0361 10" PVC Water Pipe 3311.0442 12" Water Pipe, CSS Backfill 3312.2203 2" Water Service 3312.2103 1 1/2" Water Service 3312.0001 Fire Hydrant 3311.0461 12" PVC Water Pipe 3312.3003 8" Gate Valve 3312.3005 12" Gate Valve CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 Lovett Alliance CFA Bid Tab - Utilities 8-25-21 Spec Book DAP - BID PROPOSAL Page 2 of 3 Bidder's Application Bid Quantity Unit Price Bid Value UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description Project Item Information Bidlist Item No.Specification Section No.Unit of Measure 02 41 14 LF 764 $13.00 $9,932.00 02 41 14 EA 2 $1,500.00 $3,000.00 33 01 31 LF 940 $2.00 $1,880.00 33 01 30 EA 3 $150.00 $450.00 33 03 10 LS 1 $30,000.00 $30,000.00 33 31 50 EA 1 $2,000.00 $2,000.00 33 31 50 EA 1 $2,500.00 $2,500.00 33 11 10, 33 31 12, 33 31 20 LF 940 $37.00 $34,780.00 33 39 60 VF 19 $450.00 $8,550.00 33 39 10, 33 39 20 EA 1 $7,095.00 $7,095.00 33 39 10, 33 39 20 EA 1 $13,069.00 $13,069.00 33 39 10, 33 39 20 VF 19 $1,000.00 $19,000.00 33 05 10 LF 940 $1.00 $940.00 0241.2013 Remove 8" Sewer Line UNIT II: SANITARY SEWER IMPROVEMENTS TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $133,196.00 3301.0002 Post-CCTV Inspection 3339.0001 Epoxy Manhole Liner 9999.0001 Trench Safety 3339.1002 4' Drop Manhole 3303.0001 Bypass Pumping 3331.4115 8" Sewer Pipe 3331.3301 8" Sewer Service 3339.1001 4' Manhole 3331.3201 6" Sewer Service 3301.0101 Manhole Vacuum Testing 3339.1003 4' Extra Depth Manhole 0241.2201 Remove 4' Sewer Manhole CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 Lovett Alliance CFA Bid Tab - Utilities 8-25-21 Spec Book DAP - BID PROPOSAL Page 3 of 3 Bidder's Application Bid Quantity Unit Price Bid Value UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Proposal Description Project Item Information Bidlist Item No.Specification Section No.Unit of Measure This Bid is submitted by the entity named below: BIDDER:BY: Rumsey Construction 4329 Reeder Dr. TITLE: Carrollton, TX 75010 DATE: 120 END OF SECTION Corey Caughron Bid Summary V.P. Contractor agrees to complete WORK for FINAL ACCEPTANCE within working days after the date when the CONTRACT commences to run as provided in the General Conditions. 8/25/2021 Total Construction Bid $438,824.60 $0.00 UNIT I: WATER IMPROVEMENTS $0.00 $305,628.60 UNIT II: SANITARY SEWER IMPROVEMENTS UNIT V: STREET LIGHT AND SIGNAGE IMPROVEMENTS $133,196.00 UNIT IV: PAVING IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS $0.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 Lovett Alliance CFA Bid Tab - Utilities 8-25-21 00 45 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALLIANCE STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT – DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 City Project No. 103472 SECTION 00 45 12 DAP – PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the “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 Wastewater New Development Open Cut (12" and under); Water New Development Open Cut (16" and under) Rumsey Construction LLC 4329 Reeder Drive Carrolton, TX, 75010 4/30/2022 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Rumsey Construction LLC BY: 4329 Reeder Drive Carrolton, TX, 75010 _________________________________________ (Signature) TITLE: DATE: END OF SECTION V.P. 10/07/21 00 45 26 - 1 CONTRACTOR COMPLIANCE W1TH WORKER'S COMPENSATION LAW Page 1 of l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 SECTION 00 45 26 CONTRACTOR COMl'LIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103472. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Rumsey Construction, Inc. Company 4329 Reeder Dr. Address Carrollton, TX 75010 City/State/Zip THE STATE OF TEXAS COUNTY OFTARRANT 0 � gy; Corey Caughron (Please Pri�n�l . ;, /l' � %.,r---i;"' - __ � _ Signature: ' '�,,:=;=Y���''` �"� ,� � - /', E�" , Title: V.P. (Please Print) B�ORE ME, he und rsigned authority, on this day personally appeared � , known to me to be the person whose name is subscribed t the f oing inst ent, d ac owledged to me that he/she executed the same as the act and deed o for the purposes and consideration therei expressed d in the capacity therein stated. G N UNDER MY HAND AND SEAL OF OFFICE this day of l'�iD�Oe.,Y-� , Zo�z. j � Notary Public in and for the State of Texas ,�`_,����3 �' END OF SECTION 1`Op�Y Fi��i RHONDA ESCOBAR �%i _�; .�Notary Public, Sr.ate of Texas �`^-'�i•'�= Comm. Expires 05-14-2024 %:'v,t;.. , • �+;: �rr���'�� ��1�� Notary ID 132478255 �� 4.s.,.�... ` " . CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Apri12, 2014 WATER AND SEWER IMPROVEMENTS TO SERVB LOVETT ALLIANCE City Project No. 103472 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALLIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised June 16, 2016 City Project No. 103472 SECTION 00 52 43 1 AGREEMENT 2 THIS AGREEMENT, authorized on ______________is made by and between the Developer, 3 Magnolia Pads LTD, authorized to do business in Texas (“Developer”), and Rumsey 4 Construction LLC, authorized to do business in Texas, acting by and through its duly authorized 5 representative, (“Contractor”). 6 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 7 follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. 11 Article 2. PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a part is 13 generally described as follows: 14 Project Name: Lovett Alliance 15 Project Number: 103472 16 Article 3. CONTRACT TIME 17 3.1 Time is of the essence. 18 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 19 Documents are of the essence to this Contract. 20 3.2 Final Acceptance. 21 The Work will be complete for Final Acceptance within 120 working days after the date 22 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 23 City Conditions of the Construction Contract for Developer Awarded Projects. 24 3.3 Liquidated damages 25 Contractor recognizes that time is of the essence of this Agreement and that Developer 26 will suffer financial loss if the Work is not completed within the times specified in 27 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 28 the Standard City Conditions of the Construction Contract for Developer Awarded 29 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 30 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 31 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 32 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 Developer ZERO AND 0/100 Dollars ($0) for each day that expires after the time 34 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 35 Acceptance. 36 10/07/2021 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALLIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised June 16, 2016 City Project No. 103472 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of FOUR HUNDRED THIRTY EIGHT THOUSAND 39 EIGHT HUNDRED TWENTY FOUR Dollars AND 60/100 Dollars ($438,824.60). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between Developer and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker’s Compensation Affidavit 56 h. MBE and/or SBE Commitment Form (If required) 57 3. Standard City General Conditions of the Construction Contract for Developer 58 Awarded Projects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project’s Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 74 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALLIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised June 16, 2016 City Project No. 103472 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused, in whole or in part, by any act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs, expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused, in whole or in part, 93 by any act, omission or negligence of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 98 the Construction Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the Developer. 102 7.3 Successors and Assigns. 103 Developer and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon DEVELOPER and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. 115 Corey Caughron V.P. Rumsey Construction, Inc. 4329 Reeder Dr. Carrollton, TX 75010 10/07/21 006219-1 MAINTENANCE BOND Page 1 of 3 i 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT That We Rumsey Construction, Inc. SECTION 00 62 19 Bond No. 54-240159 MAINTENANCE BOND § § KNOW ALL BY THESE PRESENTS: § . known as 8 "Principal" herein and �n�;� �ire & Casual�y Company a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Magnolia 11 Pads LTD, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas 12 municipal corporation ("City"), in the sum of FOUR HLTNDRED THIRTY EIGHT 13 THOUSAND EIGHT HUNDRED TWENTY FOUR DOLLARS AND 60/100 DOLLARS 14 15 16 17 18 19 20 21 22 ($438,824.60), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Nmnber 21-0100 ;and WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the �th day of bctotrer , 20 21 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 28 29 30 31 32 33 the "Work") as provided for in said Contract and designated as LoveitAlliance; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free fi•om defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH WATER AND SEWER IMPROVEMEWNTS TO SERVE LOVETTALLIANCE STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 City Project No 103472 006219-2 MAiNTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH WATER AND SEWER IMPROVEMEWNTS TO SERVE LOVETT ALLIANCE STANDARD CITY CONDITIONS — DEVELOPER AWAKDED PROJECTS Revised January 31, 2012 City Project No 103472 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the t2th day of 3 October 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 2� 24 25 26 27 28 29 30 31 32 33 34 35 36 2021 PRINCIPAL: Rumsey Construction, Ino. BY: Sia attir .� G�,e. , c� Name and Title ATTEST: (Principal) Secretary � itness as to Principal ATTEST: - v} Secretar Witness as to . is•ery 37 *Note: 38 39 40 41 Lf►? Address: 4329 Reeder Drive Carrollton, TX 75010 SURETY: United Fire & Casualty Company 1 BY� i onatu re Allyson Dean-West, t[orrsey-in-fa�l Name and Title Address: 118 Second Ave., SE Cedar Rapids, IA 52401 Telephone Number: $00-332-7977 If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH WATER AND SEWER lMPROi�EMEWNTS TO SERVE LOVETTALLIANCE STANDARD CITY CONDITIONS — DEVELOPER AWARDED PRO]ECTS Revised January 31, 2012 City Project No. 103472 F' ui� insu�n�c- L�T1IT'rD PIRL; & CASLIAL'f1' COIviPANY. CEDAR [Zf1PID5, I.A Inyuirics: Surct,y� Dcparhnent UNI"I�rD PIIZG & 1NDEMNI7Y COMPnNY, WCBS"ILR, TX i i8 Secon� .4ve SE PINANCIAL 3'ACIFIC INSURANCL'. COMFAivY, ROCKLIN, CA Cedar Rupicls, IA i240I tL-:!t"fll'IF.I:) CO1'Y OI' YO1�VI;It OP A"I`l'OIt1�1;1' (oris�inal on lile a! Hc�me Of7ice of Company — 5ee Certific:ilioi�) K]tC?G[' AI.I. F'i:RSn�ti l�Y 'i IEI'5��. PIti:'.�;I�'i'S, �]Tiat iini[c�l E�ire & C�;ioF�Ely ['nmpa��y, �� cnr��nr7�ioti cli�ll' rngs��ii�c:cf ait.l exs�iiri� i�t��lcr �tie laws nf tlie ytalc of lv�G�: LEt�i[id 1'irc & inci�.m�iily Coni�iu�t}�, a cor��nratio�i clul} ore��niz�:f a��c2 �xis�i��n utzc�cr lJt� lan'. of �lz� SEat� ol' "1'cxns; utd Pin�siicial Pacilic [nsiu•:ancc Cai3i}���y, ts �or��nr�tio�a duly or�aiiii��! and cxistii�� i=iid��• iiir la��•s c�l'tlic ti��[c nf' C:ilifnrniu {hcitin cnll�ctivcly callcd the Compn�ies), flnd having their cotporate lieadqtEartei5 in Ced�u• It���ids, State of Iowa, does tiiake, constihite a�td appoiut ALLYS�N DEAN—WEST, EVA d. LIMMER, EMILY MIKESKR, JOHN R. wARD, THOMAS D011GLAS MOORE, MONICA VEAZEY, EACH INDIVIDUALLY d�eu� true and lflwful Attomey(s)-ia�-Pac� witl� power tenct aiEtlaority hemt�y conferreQ �o si�n, seal �ud exe::u€� ui iis hehalC all ]���ful i�onds, t€nctc�inkifigs tuicl otl�er obli�utor�� iiftiliun�ents of siniitar nuture �>�'avided tuat no suiele obliga[iou sh�ll exceed $100, OOQ, 000. 00 and lt� hist�i Uie Companies thcrsi��� ,lti }11IIV 13l(� 10 l�lE SZliil' ��ICIiC �i5 1� SllC�l 111SiiLlFli�IllS WeC� SigllE(� I)) fITC (jll�}' c7i1I�301"17.E(� O1I7CCCS pf i�l� COill�)�li1CS and al[ of die acis af said Atton3ey, pi�suazit to lhe autliarity fiereby �iveu �u�d hereby i�atified an;l confirmed. The Auihority herehy eranted is co�itinuous azid sha�i ren�ani in fidl force .u�d effect until rzvoked bv United Fin: & C'asualty Cou3pany, Uiuted Fire & �nelenmiry Com�avy, �u�d Pviancial Pacil�c Ii�w�wi�e Com�a��y. "lhis Yower of Altnn�ey is ntade and executed pursn�nl fo vid 1��� at�thorit�� of tl�e folla�ving hyla�v citily adoptecl o�� f�1ay I S, 2013, !,y the 8oards of Direc:tors af Uvited Fur & CasGialty Company, United Pire S;. Iudenmiry Con���any, and PinaFzcial Pticific I��s€u�u��e Comp�tn,y. ",a E•ii cle 4' I— Su irh� f3nn dc un d i� nde t•tn k ings" Seclion 2, Appointment nf Auoi��ey-in-Fac�. '`Tl3e Pre>idenl or any Vice Preaideni, or :u�y olher offiuer of the Cump:mies may, fron� tiine to lime, apgoinl Uy wii�te�i certificates at�on�eys-in-fact ta act in behalf oF rhe Companies in the execution of �x�lieies of in�tirance, bonds, undert:il:ingz mid ntherobligatory in�Munr,lnts of libe nature. Thc �i�iaiurc nFa�iy officcr nuilx�:i��tii hcrcliV, ��id tltc C+yoim�,eic scal, isiay Iw allixr�ll+y futsimik ta iu�� i�c��+•ei ut'attnt:sc�� ui �uc�ial pnxcr uf ail�7euc}' nr ccitificasi[+ei rrT ei[iier .�ulh[stveck herCny: «i�h +i�uati�ic an�f teal. u'hin �n L���tii, heis�k aun�ied hy thr C��rasi�nie4 :i� ih� nriei:rF] .i�n.i;t�r� nf cuelti nfficer and ihr arigm�sl <cal n1' il�e c�:,,�u�«.. t� �� .utsa ��a ��:,�r�,� s�}�» ���� c�,�,��:�n+�y «�;��� �s�� �,��,�� fs�rec :md c:i'�ac;i u� tl�c�s�4la n�aaiu�ll�r aflixcu. ywli .eti�umcV�-iti-C:�c[, .ubjctl tn Ili� linail.iliun, ,el ��f ti+n}� ii� their rnp�csir� ccsti�ir�flc� ul millsnri�y yh:�ll 1�a�r 1u11 yx���'er l�� hind tlic Cnin�sai�� hy Iluor+ieuriitin::�nd cseeidi�+n nl�:my e:u3� intitnnnentc and In alt.itlt 3he +�.91 ti,c i:nnzoanic; il,cn:m. Chr E're+i�l�iu ur aotY �' ir� ['s�,isl��u. tlir Bnasu �+f ��lFetEni. ur a:�F asiicr iifrsc�i nf Ilic C�r,u�»iic, ntay ut :uiy time :c+akr ull }wu��r ��d attliiu:iiy pre�'iouclti g«e�� to any atYn�ney-in-Facf. IN Va'ITTIrSS b1'HI:REOF', ttie COMPANIES ha��e. each causecl diese prese�its to be signed Uy its ��"��..�e���,a r, ..ti�yi1tiar��;� jy r,�,���`iNg�n'�.., Vice uesidetit u�d its coi or�ie seal to t�e l�ereto affixed tftis `����. ,7 ,, �` , ,��,F ... .,rz 1 1� 22nd day of July, 2021 b•., �. �ya._AFa:,a, �s. �: �ann��ie �� =P «ain�v...rr.^�� �} � �`.��`- [fNl'1'�;I)lalRl';c4t' (;AS[1r11;fYC'.OMI'ANY �`r. —�_ Y a = _�..--. =_�?. 1�LY2� n. c' =a - SMnL �= � isas . LIhITED F1RC & [NF�EA9IvI1Y CQNiPANY SEAL j y� � p� ti'.t sv� �',c' y'+c:..�r.�� Y,, Flt`ANC'[r11� PACIPIC ITvSLIRANC`£ CONi�'.nNY � �4rf.5f'4� �l� fr�%rtr��T1.R iY~ \��,`` ����4�i��ri�� ����4n'��,`• � _ r i�Illllllll���� �1j��l1i1115515� � � 1 • �w r � SL�te of Iowa, CouF�ry of L'uin, ss: 1�'icc Presidetri On 22nd day of July, 2D21, before me personally came Denn9s J. Richmann [o nie k�iown, wlio Ueuig Uy uie �luly s�v�om, ciicl depc>se ai3d sav; iltut he re+tdeti ui Ceilar Rapids, Slale of lo�va; Qiat he is a Vice Pf•esident of Uuiteei Fire & Cnsua(ty Compuiy, a Vice Presideni of Llnited Pire & Inclenuiity Conipa�iy, tuici a Vice Presiduit of Finm�cial Pacific I�Lsui7uice Cornp�ufy the corporations d�scribed iu anc! �vhich executed the aF�ove instrument; ti1�t tie ki�a�vs ilie seal of sFiid cor��oralians; Uia[ die se�l affixed ta the sAici intitrume�it is st€eh a7r�wraie sefll; ti�at it u�a5 so a�ffixed �€trsu�nt lo aulhaiity given b�� Qie Bom-d of Direc[ais of said cc�r�wratians and th�t lic: si�iecl l�is name dicreto pursuant to lil:c authority, a�id ackno���lcd�CS Sfli]1C i0 UC I�]C 8Ct tlll(� dCl'd Of SflEfI CU(�JOCALi0115. �ai Palli Waddeli o �+� lowa Notarial Soal � r Commissfonnumber7t3274 i NOttl1V 1'UhIiC '� My Commission Expires 10/2612�22 Nly con�i�iission eapu�es: 1 [��2Gi2022 I, Mary A. Bertscl�, Assist.u�i Secretary o1'Uniled rire & Casualty Campa�iy and �'lssist�uie Sec�t�a�y c�f Uuiteel Fu�e 8c I�xJeau�ily� Com��any, au� A�sistant 5eci�euuy of Pitt�ncial Pacific Insurv�ce Coni��miv, do IieA-eUy ee�tif.'y tl�at I h�vc compa��ed fl�e 1'oregou�e copy of t�u 1'o�ver of Attorr.iey aud affidavit, �nd tbe copy of' die 5ection of tl�e byl:��vs aud resolutions of' said CoiporaEioas as seY forti� i3� said Pow�er of' Attomey, �vitll the ORIGTNALS OI�' PILE IN THE �IOA4E OFFICr OF SAID CURPORATIONS, wd lhat die s�une �� con�ect Eranscripts diereof, uid of the whole of the said originals, aud that d�e saici Power of Ariomey has not been revoked and is i�otir� in full force and effect. In testimony whereaf I l�a�c iri�unto sL�bscrii�ed my n�me tuid afiixt�.1 ils� cc�=��Urate se<il of tlie said Cor��oratious this t 1 _ c1aY of �" �� • 7��• il�llllll!!!� 1 �11«fl� �µ�l�i,ll:�lu��� �'b�wi.�.���� .u��`lvur,y��q , ':ptC...SGq�'�, •``3� � � ' � ••'`. ; c�'�•o�„'•"H+?'�,F z +` a` r � +r � i � ^. �. : i E' �9 �tix�'�sK.�n � � -?� COGfI]li.5i7. �S - v: � �ULY22 ��•�= - ' -� _�_ _ �G; .w� ^ � ��� .:' ='� '. 7VfiG Tr SEAL $FAi ' _ ��'.(� q''Ac � Cy. =,dT'�� � ` : :�Y *i :crPG�•. � � . ''��+ne�u������ �����'�+�iiim�n��"��� �44yinrnun.n•.s+"��� ���' �j���� � cLs:a� ,Assist��nt Secrefar��, UF&C R; L7F&I & FPIC BPUAU4{9 i217 m � SURETY IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: United Fire & Casualty Company United Fire & Indemnity Company Finanaal Pacific Insurance Company You may call United Fire Group's toll free telephone number for information or to make a complaint at: 800-343-9130 You may also write to United Fire Group at: United Fire Group Attn: Surety Department P.O. Box 73909 Cedar Rapids, IA 52407-3909 -or street address- United Fire Group Attn: Surety Department 118 Second Avenue SE Cedar Rapids, IA 52401 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 800-252-3439 You may write the Texas Department of Insurance at: Consumer Protection (111-1 A) P.O. Box 149091 Austin, TX 78714-99091 Fax: (512) 490-1007 Web: ww�v.tdi.texa�.gov Email: �otisuciierPratectiQn�idi.texas. o� Premium or Claim Disputes: Should you have a dispute concerning your premium or about a claim, you should contact United Fire Group first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253.021, Governmental Code, and Section 53-202, Property Code. HOME OFFICE: 118 Second Avenue SE � PO Box 73909 � Cedar Rapids, lowa 52407-3909 � P: 800-332-7977 � F: 319-286-2520 � www.ufgins.com CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- NONE NONE NONE 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALLIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS – Developer Awarded Projects Revised December 20, 2012 City Project No. 103472 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Summary of Work to be performed in accordance with the Contract Documents 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 - General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor, materials, and equipment, and performing 19 all Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the 23 project, such as conditions imposed by the Drawings or Contract Documents in 24 which no specific item for bid has been provided for in the Proposal and the item is 25 not a typical unit bid item included on the standard bid item list, then the item shall 26 be considered as a subsidiary item of Work, the cost of which shall be included in 27 the price bid in the Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and 31 equipment stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places 33 or other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 a. A reasonable amount of tools, materials, and equipment for construction 36 purposes may be stored in such space, but no more than is necessary to avoid 37 delay in the construction operations. 38 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALLIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS – Developer Awarded Projects Revised December 20, 2012 City Project No. 103472 b. Excavated and waste materials shall be stored in such a way as not to interfere 1 with the use of spaces that may be designated to be left free and unobstructed 2 and so as not to inconvenience occupants of adjacent property. 3 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4 manner as not to interfere with the operation of the railroad. 5 1) All Work shall be in accordance with railroad requirements set forth in 6 Division 0 as well as the railroad permit. 7 D. Work within Easements 8 1. Do not enter upon private property for any purpose without having previously 9 obtained permission from the owner of such property. 10 2. Do not store equipment or material on private property unless and until the 11 specified approval of the property owner has been secured in writing by the 12 Contractor and a copy furnished to the City. 13 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14 obstructions which must be removed to make possible proper prosecution of the 15 Work as a part of the project construction operations. 16 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17 lawns, fences, culverts, curbing, and all other types of structures or improvements, 18 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19 appurtenances thereof, including the construction of temporary fences and to all 20 other public or private property adjacent to the Work. 21 5. Notify the proper representatives of the owners or occupants of the public or private 22 lands of interest in lands which might be affected by the Work. 23 a. Such notice shall be made at least 48 hours in advance of the beginning of the 24 Work. 25 b. Notices shall be applicable to both public and private utility companies and any 26 corporation, company, individual, or other, either as owners or occupants, 27 whose land or interest in land might be affected by the Work. 28 c. Be responsible for all damage or injury to property of any character resulting 29 from any act, omission, neglect, or misconduct in the manner or method or 30 execution of the Work, or at any time due to defective work, material, or 31 equipment. 32 6. Fence 33 a. Restore all fences encountered and removed during construction of the Project 34 to the original or a better than original condition. 35 b. Erect temporary fencing in place of the fencing removed whenever the Work is 36 not in progress and when the site is vacated overnight, and/or at all times to 37 provide site security. 38 c. The cost for all fence work within easements, including removal, temporary 39 closures and replacement, shall be subsidiary to the various items bid in the 40 project proposal, unless a bid item is specifically provided in the proposal. 41 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS TO SERVE LOVETT ALLIANCE STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS – Developer Awarded Projects Revised December 20, 2012 City Project No. 103472 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer’s opinion, acceptance will require substantial revision of the original design d. In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date 01 31 20 - 1 DAP PROJECT MEETINGS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 SECTION 01 31 20 PROJECT MEETINGS [Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.] PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees 01 31 20 - 2 DAP PROJECT MEETINGS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City’s representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards l. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request 01 31 20 - 3 DAP PROJECT MEETINGS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 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 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 33 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 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] 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 CITY OF FORT WORTH WATER AND SEWER IMMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised December 20, 2012 City Project No. 103472 1 SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 [Text in Blue is for information or guidance. Remove all blue text in the final project document.] 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 l.{Coordination with North Central Texas Council of Governments Clean 20 Construction Specification [remove if not required]} 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 – General Requirements 26 3. Section 33 12 25 – Connection to Existing Water Mains 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 29 1. Coordination within Railroad permit areas 30 a. Measurement 31 1) Measurement for this Item will be by lump sum. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 will be paid for at the lump sum price bid for Railroad Coordination. 35 c. The price bid shall include: 36 1) Mobilization 37 2) Inspection 38 3) Safety training 39 4) Additional Insurance 40 5) Insurance Certificates 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 CITY OF FORT WORTH WATER AND SEWER IMMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised December 20, 2012 City Project No. 103472 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation (TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 CITY OF FORT WORTH WATER AND SEWER IMMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised December 20, 2012 City Project No. 103472 1 a. Insulating cage-type of guard about the boom or arm 2 b. Insulator links on the lift hook connections for back hoes or dippers 3 c. Equipment must meet the safety requirements as set forth by OSHA and the 4 safety requirements of the owner of the high voltage lines 5 4. Work within 6 feet of high voltage electric lines 6 a. Notification shall be given to: 7 1) The power company (example: ONCOR) 8 a) Maintain an accurate log of all such calls to power company and record 9 action taken in each case. 10 b. Coordination with power company 11 1) After notification coordinate with the power company to: 12 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 13 lower the lines 14 c. No personnel may work within 6 feet of a high voltage line before the above 15 requirements have been met. 16 C. Confined Space Entry Program 17 1. Provide and follow approved Confined Space Entry Program in accordance with 18 OSHA requirements. 19 2. Confined Spaces include: 20 a. Manholes 21 b. All other confined spaces in accordance with OSHA’s Permit Required for 22 Confined Spaces 23 D. Air Pollution Watch Days 24 1. General 25 a. Observe the following guidelines relating to working on City construction sites 26 on days designated as “AIR POLLUTION WATCH DAYS”. 27 b. Typical Ozone Season 28 1) May 1 through October 31. 29 c. Critical Emission Time 30 1) 6:00 a.m. to 10:00 a.m. 31 2. Watch Days 32 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 33 with the National Weather Service, will issue the Air Pollution Watch by 3:00 34 p.m. on the afternoon prior to the WATCH day. 35 b. Requirements 36 1) Begin work after 10:00 a.m. whenever construction phasing requires the 37 use of motorized equipment for periods in excess of 1 hour. 38 2) However, the Contractor may begin work prior to 10:00 a.m. if: 39 a) Use of motorized equipment is less than 1 hour, or 40 b) If equipment is new and certified by EPA as “Low Emitting“, or 41 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 42 alternative fuels such as CNG. 43 E. TCEQ Air Permit 44 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 45 F. Use of Explosives, Drop Weight, Etc. 46 1. When Contract Documents permit on the project the following will apply: 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 CITY OF FORT WORTH WATER AND SEWER IMMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised December 20, 2012 City Project No. 103472 1 a. Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 3 prior to commencing. 4 2) Minimum 24 hour public notification in accordance with Section 01 31 13 5 G. Water Department Coordination 6 1. During the construction of this project, it will be necessary to deactivate, for a 7 period of time, existing lines. The Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and activating 9 those lines. 10 2. Coordinate any event that will require connecting to or the operation of an existing 11 City water line system with the City’s representative. 12 a. Coordination shall be in accordance with Section 33 12 25. 13 b. If needed, obtain a hydrant water meter from the Water Department for use 14 during the life of named project. 15 c. In the event that a water valve on an existing live system be turned off and on 16 to accommodate the construction of the project is required, coordinate this 17 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system. 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 21 will be prosecuted to the full extent of the law. 22 b) In addition, the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. 24 H. Public Notification Prior to Beginning Construction 25 1. Prior to beginning construction on any block in the project, on a block by block 26 basis, prepare and deliver a notice or flyer of the pending construction to the front 27 door of each residence or business that will be impacted by construction. The notice 28 shall be prepared as follows: 29 a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 1) Prepare flyer on the Contractor’s letterhead and include the following 32 information: 33 a) Name of Project 34 b) City Project No (CPN) 35 c) Scope of Project (i.e. type of construction activity) 36 d) Actual construction duration within the block 37 e) Name of the contractor’s foreman and phone number 38 f) Name of the City’s inspector and phone number 39 g) City’s after-hours phone number 40 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 41 A. 42 3) Submit schedule showing the construction start and finish time for each 43 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction will be allowed to begin on any block until the flyer is 46 delivered to all residents of the block. 47 I. Public Notification of Temporary Water Service Interruption during Construction 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 CITY OF FORT WORTH WATER AND SEWER IMMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised December 20, 2012 City Project No. 103472 1 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction, prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor’s letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor’s foreman and phone number 14 6) Name of the City’s inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J. Coordination with United States Army Corps of Engineers (USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required, meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required, meet all requirements set forth in each designated 30 railroad permit. This includes, but is not limited to, provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroad’s 41 requirements. 42 3. Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. 47 a. If water is used to control dust, capture and properly dispose of waste water. 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 CITY OF FORT WORTH WATER AND SEWER IMMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised December 20, 2012 City Project No. 103472 1 b. If wet saw cutting is performed, capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 N. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 5 Construction Specification [if required for the project – verify with City] 6 1. Comply with equipment, operational, reporting and enforcement requirements set 7 forth in NCTCOG’s Clean Construction Specification.} 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 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 CITY OF FORT WORTH WATER AND SEWER IMMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised December 20, 2012 City Project No. 103472 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 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 CITY OF FORT WORTH WATER AND SEWER IMMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised December 20, 2012 City Project No. 103472 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 1) Allow a minimum of 5 working days for permit review. 2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 58 13 - 1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City’s Standard Details for project signs. 01 58 13 - 2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 B. Materials 1. Sign a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION 01 58 13 - 3 DAP TEMPORARY PROJECT SIGNAGE Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP application 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor’s operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor’s personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor’s operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor’s operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Specified Remobilization” in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 71 23 - 1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey 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. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City’s Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor’s responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor’s neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor’s responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet 01 71 23 - 3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor’s use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised July 1, 2011 City Project No. 103472 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions – GES Project No. 21-0001 GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements – Stormwater and Water Standard Product List CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised July 1, 2011 City Project No. 103472 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised July 1, 2011 City Project No. 103472 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised July 1, 2011 City Project No. 103472 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised July 1, 2011 City Project No. 103472 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised July 1, 2011 City Project No. 103472 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised July 1, 2011 City Project No. 103472 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised July 1, 2011 City Project No. 103472 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised July 1, 2011 City Project No. 103472 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SEWER IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TO SERVE LOVETT ALLIANCE Revised July 1, 2011 City Project No. 103472 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK GEOTECHNICAL ENGINEERING REPORT �`�....,�I ► , . . i i IIi....�1►� ALLIANCE WESTPORT BUSINESS PARK FORT WORTH, TEXAS GEOTECHNICAL ENGINEERING REPORT Alliance Westport Business Park Fort Worth, Texas Prepared by: � � Gorrondona Engineering Services, Inc. Prepared for: Lovett Industrial 1902 Washington Avenue, Suite A Houston, Texas 77007 Attention: Mr. James Melody April 23, 2021 GES Project No. 21-0001 TEXAS ENGINEERING FIRM REGISTRATION NO. F-17076 : Gorrondona �',.-.�,`; En�ineering Services, Inc. Geotechnical 1?n�inecrin� • Construction Materials Tesung & Inspection April 23, 2021 Mr. James Melody Lovett Industrial 1902 Washington Avenue, Suite A Houston, Texas 77007 Re: GEOTECHNICAL ENGINEERING REPORT Alliance Westport Business Park Fort Worth, Texas GES Project No. 21-0001 Dear Mr. Melody: Gorrondona Engineering Services, Inc. (GES) is pleased to submit this Geotechnical Engineering Report for the referenced project. We appreciate the opportunity of working with you. Please contact us if you have any questions or require additional services. Respectfully submitted, �"�` � Ahmad Souri, Ph.D., P.E. Project Engineer � ��u�� =�-- - Digitally signed by Ahmad Souri, Ph.D., P.E. Date: 2021.04.23 09:08:10 -05'00' Hamed Ardalan, Ph.D., P.E. 2021.04.23 09:03:29 -05'00' Hamed Ardalan, Ph.D., P.E. Engineering Manager � �P�E �F Tfk �� � S.••'' � ''• �s �I !�;� ''•;*�1 �*. .�� .............................. AHMAD SOURI .............................. �.o�o.•. 137340 : <vi . : 4, �11` FSS CENS ��G��� ....... ��� _ �ONAL _ �•:' 2800 NE Loop 820, Suite 660• Tort Worth, Te�as 76137 • 28�.46).3347 • Pax 281.46).35)4 Texas Engineering Firm Registration Na F-17076 TABLE OF CONTENTS Pa e 1.0 Introduction .................................................................................................................... 1 2.0 Field Investigation ........................................................................................................... 2 3.0 Laboratory Testing .......................................................................................................... 3 4.0 Site Conditions ................................................................................................................ 4 4.1 General ........................................................................................................................4 4.2 Geology ....................................................................................................................... 5 4.3 Soil ............................................................................................................................... 5 4.4 Groundwater ...............................................................................................................9 5.0 Analysis and Recommendations ..................................................................................... 9 5.1 Seismic Site Classification ........................................................................................... 9 5.2 Potential Vertical Soil Movements ............................................................................ 10 5.3 Sulfate Induced Heave .............................................................................................. 11 5.4 Construction Excavations .......................................................................................... 11 5.5 Groundwater Control ................................................................................................ 12 5.6 Earthwork ..................................................................................................................13 5.6.1 Site Preparation ................................................................................................. 13 5.6.2 Proofroll .............................................................................................................13 5.6.3 Grading and Drainage ........................................................................................ 13 5.6.4 Wet Weather/Soft Subgrade ............................................................................. 13 5.6.5 Fill ....................................................................................................................... 14 5.6.6 Testing ................................................................................................................15 5.7 Demolition Considerations ....................................................................................... 15 5.8 Loading on Buried Structures .................................................................................... 16 5.9 Retaining Structures .................................................................................................. 17 5.10 Buried Pipe ................................................................................................................ 19 5.11 Existing Pond Backfill ................................................................................................. 20 5.12 Foundation System ................................................................................................... 21 5.12.1 Straight-Shaft Drilled Piers ................................................................................. 21 5.13 Slab-on-Grade ........................................................................................................... 24 5.14 Pavement .................................................................................................................. 25 5.14.1 Rigid Pavement .................................................................................................. 25 5.14.2 Pavement Subgrade and Potential Vertical Rise (PVR) Reduction for Paving and Flatwork............................................................................................................................ 26 5.14.3 Pavement Subgrade ........................................................................................... 27 5.15 Detention Basin ......................................................................................................... 28 6.0 General Comments ....................................................................................................... 28 APPENDICES Appendix A- Project Location Diagrams Appendix B- Boring Location Diagram Appendix C- Boring Logs and Laboratory Results Appendix D - Aerial Photographs Appendix E- USGS Topographic Map Appendix F - Site Photographs Appendix G - Geologic Information Appendix H- Unified Soil Classification System GEOTECHNICAL ENGINEERING REPORT Alliance Westport Business Park Fort Worth, Texas 1.0 INTRODUCTION Prolect Location. The site is located on the Southeast corner of Westport Parkway (Formerly Keller Haslet Road) and Keller Hosler Road, in Fort Worth, Texas. The general location and orientation of the site are provided in Appendix A- Project Location Diagrams. Proiect Description. The project consists of two office/warehouse buildings (footprint totaling approximately 856,630 SF), three detention ponds, retaining walls, truck courts, and parking and drive areas. Based on the provided information, we understand the finish floor elevation for Building 1 is about 666-feet, and for Building 2 is about 676-feet. Further, the detention ponds north of Building 1 will have perimeter retaining walls, while the detention pond south of Building 2 will be constructed with ground slopes. Proiect Authorization. This geotechnical investigation was authorized by Mr. James Melody with Lovett Industrial and performed in accordance with GES Proposal No. P21-0002 dated January 5, 2021. Purpose and Methodolo�y. The principal purposes of this investigation were to evaluate the general soil conditions at the proposed site and to develop geotechnical engineering design recommendations. To accomplish its intended purposes, the study was conducted in the following phases: (1) drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples; (2) conduct laboratory tests on selected samples recovered from the borings to establish the pertinent engineering characteristics of the soils; and (3) perform engineering analyses, using field and laboratory data, to develop design criteria. Cautionary Statement Re�ardin� Use of this Report. As with any geotechnical engineering report, this report presents technical information and provides detailed technical recommendations for civil and structural engineering design and construction purposes. GES, by necessity, has assumed the user of this document possesses the technical acumen to understand and properly utilize information and recommendations provided herein. GES strives to be clear in its presentation and, like the user, does not want potentially detrimental misinterpretation or misunderstanding of this report. Therefore, we encourage any user of this report with questions regarding its content to contact GES for clarification. Clarification will be provided verbally and/or issued by GES in the form of a report addendum, as appropriate. GES Project No. 21-0001 Page 1 Report Specificitv. This report was prepared to meet the specific needs of the client for the specific project identified. Recommendations contained herein should not be applied to any other project at this site by the client or anyone else without the explicit approval of GES. 2.0 FIELD INVESTIGATION Subsurface Investi�ation. The subsurface investigation for this project is summarized below. Boring locations are provided in Appendix B- Boring Location Diagram. Boring Nos. Depth, feet bgs1 Date Drilled Locationz B-01 to B-08 30-40 1/13-20/2021 Building 1 Area B-09 to B-18 35-40 1/13-20/2021 Building 2 Area PB-01 to PB-05 10 1/22/2021 Paving Areas RW-01 to RW-03 35 1/21-22/2021 West Side Retaining Walls DP-01 25 1/21/2021 North Detention Ponds DP-02 and DP-03 25 1/21/2021 South Detention Pond Notes: 1. bgs = below ground surface 2. Boring locations provided in Appendix B- Boring Location Diagram were not surveyed and should be considered approximate. Borings were located by recreational hand-held GPS unit. Horizontal accuracy of such units is typically on the order of 20-feet. Borin� Lo�s. Subsurface conditions were defined using the sample borings. Boring logs generated during this study are included in Appendix C- Boring Logs and Laboratory Results. Borings were advanced between sample intervals using continuous flight auger drilling procedures. Cohesive Soil Samplin�. Cohesive soil samples were generally obtained using Shelby tube samplers in general accordance with American Society for Testing and Materials (ASTM) D1587. The Shelby tube sampler consists of a thin-walled 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 undisturbed soils by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency using a hand penetrometer, sealed and packaged to maintain "in situ" moisture content. Consistency of Cohesive Soils. 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 the respective sample depths on the boring logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Granular Soil Samplin�. Granular soil samples were generally 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 outside diameter (OD) split barrel sampling spoon driven 18-inches into the ground using a 140-pound (Ib) hammer falling GES Project No. 21-0001 Page 2 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. Samples were sealed and returned to our laboratory for further examination and testing. Rock Core Samplin� and Texas Cone Penetration (TCP) Test. Rock cores were generally obtained using core barrel sampling procedures in general accordance with ASTM D2113. In the core barrel procedure, a sample is obtained using a rotating hollow steel tube equipped with a coring bit. Drilling fluid was used to aid in the coring operations. Texas Cone Penetration (TCP) test was used to assess the apparent in-place strength characteristics of the rock type materials. In the TCP test procedure, a disturbed sample is obtained in a 3-inch outside diameter (OD) steel cone driven by a 170-pound hammer dropped 24 inches (340 ft-pounds of energy). The number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer (whichever occurs first) are recorded on the field logs (reference: TxDOT Geotechnical Manual, March 2018 Edition). Groundwater Observations. Groundwater observations are shown on the boring logs. Borehole Plu��in�. Upon completion of the borings, the boreholes were backfilled from the top and plugged at the surface. 3.0 LABORATORY TESTING GES performs visual classification and any of a number of laboratory tests, as appropriate, to define pertinent engineering characteristics of the soils encountered. Tests are performed in general accordance with ASTM or other standards and the results included at the respective sample depths on the boring logs or separately tabulated, as appropriate, and included in Appendix C- Boring Logs and Laboratory Results. Laboratory tests and procedures routinely utilized, as appropriate, for geotechnical investigations are tabulated below. Test Procedure Description ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort ASTM D1140 Standard Test Methods for Amount of Material in Soils Finer than the No. 200 (75-µm) Sieve ASTM D2166 Standard Test Method for Unconfined Compressive Strength of Cohesive Soil ASTM D2216 Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass ASTM D2217 Standard Practice for Wet Preparation of Soil Samples for Particle-Size Analysis and Determination of Soil Constants ASTM D2487 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) GES Project No. 21-0001 Page 3 Test Procedure Description ASTM D2488 Standard Practice for Description and Identification of Soils (Visual-Manual Procedure) ASTM D4220 Standard Practices for Preserving and Transporting Soil Samples ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D4546 Standard Test Methods for One-Dimensional Swell or Settlement Potential of Cohesive Soils ASTM D4643 Standard Test Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method ASTM D4767 Standard Method for Consolidated Undrained Triaxial Compression Test for Cohesive Soils Tex-145-E Determining Sulfate Content in Soils - Colorimetric Method 4.0 SITE CONDITIONS 4.1 General Review of Aerial Photo�raphs. Historical aerial photographs of the site were reviewed for potential past alterations to the site which could impact geotechnical design conditions. Specifically, aerial photographs were reviewed to visually assess obvious areas of significant past fill on site. Aerial photographs reviewed for this study are identified below and are included in Appendix D- Aerial Photographs. Aerial Photographs Reviewed Year Observations Since Prior Aerial Photograph 1995 The site was undeveloped. A pond and associated drainage streams were noted on the site. Two unknown small buildings were noted near the middle west border of site. 2001 The two unknown buildings were apparently demolished. Abandoned concrete slabs associated with the demolished buildings were noted. 2005 No visible changes were noted. 2008 Two steel tanks and associated structures and pavement were noted near the southeast corner of the site. 2011 No visible changes were noted. 2015 No visible changes were noted. 2019 No visible changes were noted. Site Fills. Our review revealed no obvious areas of significant fill on-site. Limitations. Due to the intermittent nature and relatively low resolution of aerial photographs, as well as our lack of detailed information regarding the past land use of the site, our review should not be interpreted as eliminating the possibility of cuts and/or fills on site which could detrimentally affect future construction. Topo�raphv. A United States Geological Survey (USGS) topographic map of the site is provided in Appendix E- USGS Topographic Map. The map indicates the site have a varying topography generally sloping toward the existing pond in the middle of the site. GES Project No. 21-0001 Page 4 Site Photo�raphs. Photographs representative of the site at the time of this investigation are provided in Appendix F- Site Photographs. Photographed conditions are consistent with the aerial photographs and topographic map. 4.2 Geology Geolo�ic Formation. Based on available surface geology maps and our experience, it appears this site is located in the Pawpaw Formation, Weno Limestone, and Denton Clay, undivided Formation, and near the Fort Worth limestone and Duck Creek Formation, and Grayson Marl and Main Street Limestone, undivided Formation. A geologic atlas and USGS formation description are provided in Appendix G- Geologic Information. Soils within the Pawpaw Formation, Weno Limestone, and Denton Clay, undivided Formation can generally be characterized as consists of clay, calcareous clay and shaly clay with variable thickness of limestone and clay shale. Soils within the Fort Worth Limestone and Duck Creek Formation can generally be characterized as calcareous clay underlain by Limestone and Marl. Soils within the Grayson Marl and Main Street Limestone, undivided Formation can generally be characterized as clay underlain by Limestone and Marl. Geolo�ic Faults. A geologic fault study was beyond the scope of this investigation. 4.3 Soil Strati�raphy. Descriptions of the various strata and their approximate depths and thickness per the Unified Soil Classification System (USCS) are provided on the boring logs included in Appendix C- Boring Logs and Laboratory Results. Terms and symbols used in the USCS are presented in Appendix H- Unified Soil Classification System. A brief summary of the stratigraphy indicated by the borings is provided below. Generalized Subsurface Conditions at Building 1 Location (Borings B-01 to B-08) Nominal Depth, feet bgs (Except as Noted) General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 12 to 22 FAT CLAY AND LEAN Soft to hard FAT CLAY (CH) / FAT CLAY WITH SAND CLAY (CH) / SANDY FAT CLAY (CH), soft to hard LEAN CLAY WITH SAND (CL) / SANDY LEAN CLAY (CL). 12 to 22 30 to 40 WEATHERED Gray Weathered Shale/Shale with Limestone layers. SHALE/SHALE Note: Boring Termination Depth = 30 to 40 feet bgs. GES Project No. 21-0001 Page 5 Generalized Subsurface Conditions at Building 2 Location (Borings B-09 to B-18) Nominal Depth, feet bgs (Except as Noted) General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 8 to 18 FAT CLAY, LEAN Soft to hard FAT CLAY (CH) / FAT CLAY WITH SAND CLAY, AND SOME (CH) / SANDY FAT CLAY (CH), stiff to hard LEAN CLAY CLAYEY SAND WITH SAND (CL) / SANDY LEAN CLAY (CL), and very stiff to hard CLAYEY SAND (SC). 8 to 18 35 to 40 WEATHERED Gray Weathered Shale/Shale with Limestone layers. SHALE/SHALE Note: Boring Termination Depth = 35 to 40 feet bgs. Generalized Subsurface Conditions at Proposed Paving Locations (Borings PB-01 to PB-05) Nominal Depth, feet bgs (Except as Noted) General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 10 FAT CLAY Stiff to hard FAT CLAY (CH). Note: Boring Termination Depth = 10 feet bgs. Generalized Subsurface Conditions at along West Side Retaining Walls (Borings RW-01 to RW-03) Nominal Depth, feet bgs (Except as Noted) General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 10 to 18 FAT CLAY AND LEAN Stiff to hard FAT CLAY (CH), very stiff to hard LEAN CLAY CLAY (CL) / LEAN CLAY WITH SAND (CL). 10 to 18 35 WEATHERED Gray Weathered Shale/Shale with Limestone layers. SHALE/SHALE Note: Boring Termination Depth = 35 feet bgs. Generalized Subsurface Conditions at North Detention Ponds (Boring DP-01) Nominal Depth, feet bgs (Except as Noted) General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 18 FAT CLAY Very stiff to hard FAT CLAY WITH SAND (CH). 18 25 SHALE Gray Shale with Limestone layers. Note: Boring Termination Depth = 25 feet bgs. GES Project No. 21-0001 Page 6 Generalized Subsurface Conditions at South Detention Pond (Borings DP-02 and DP-03) Nominal Depth, feet bgs (Except as Noted) General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 18 to 20 FAT CLAY Stiff to hard FAT CLAY (CH). 18 to 20 25 WEATHERED SHALE Gray Weathered Shale. Note: Boring Termination Depth = 25 feet bgs. Swell Potential based on Atterber� Limits. Atterberg (plastic and liquid) limits were performed on 37 shallow soil samples obtained at depths between 0- and 12-feet bgs. The plasticity index of the samples was between 11 and 43 with an average of 30 indicating that the soils have a high potential for shrinking and swelling with changes in soil moisture content. Swell Tests. Swell tests were performed on selected clay soil samples. Swell test details are provided in Appendix C- Boring Logs and Laboratory Results. The results of the tests are summarized below. Boring Avg. Moisture Liquid Plasticity Applied Swell No. Depth Content, w, Limit, LL Index, PI Overburden (%) (ft.) % Stress (psi) B-01 1 20.7 46 26 0.8 1.24 B-02 3 14.8 68 42 2.4 5.94 B-02 7 17.1 56 32 5.7 4.00 B-03 1 27.3 67 36 0.8 0.31 B-03 14 19.5 59 32 10.2 1.13 B-04 3 15.9 34 15 2.3 0.00 B-04 9 19.6 57 32 7.1 2.29 B-OS 1 16.5 66 41 0.8 6.45 B-06 1 26.6 64 37 0.8 0.54 B-06 7 19.4 53 30 5.6 0.11 B-07 3 12.3 52 33 2.3 9.30 B-07 7 15.9 58 37 5.6 4.01 B-07 14 13.8 41 22 10.2 0.31 B-08 3 11.2 50 32 2.3 4.59 B-08 7 21.4 53 31 5.5 1.00 B-09 3 14.8 52 34 2.4 3.51 B-09 7 21.2 50 30 5.7 0.39 B-09 14 21.9 54 32 10.2 1.15 B-10 9 17.8 51 34 7.1 1.16 B-11 1 17.8 37 18 0.8 1.88 B-12 1 27.5 70 43 0.8 0.59 B-12 S 15.6 SO 31 4.1 0.59 B-13 1 25.3 64 40 0.8 0.21 B-13 7 20.5 41 22 5.6 0.45 B-14 1 22.6 39 20 0.8 0.91 B-14 9 15.2 49 26 7.0 0.00 GES Project No. 21-0001 Page 7 Boring Avg. Moisture Liquid Plasticity Applied Swell No. Depth Content, w, Limit, LL Index, PI Overburden (%) (ft.) % Stress (psi) B-16 1 20.8 61 35 0.8 1.20 B-16 6 20.2 60 34 4.1 3.45 B-17 3 17.8 65 43 2.4 2.54 B-17 7 16.3 59 36 5.7 3.98 Soluble Sulfate Testin�. Soluble sulfate testing (Tex-145-E) was performed for this project. The results are provided in Appendix C- Boring Logs and Laboratory Results and are summarized in the table below. Boring No. Depth (feet, bgs) Sulfate Content (ppm) B-01 0-2 680 B-01 6-8 S, 200 B-02 2-4 647 B-02 6-8 > 40,000 B-03 0-2 673 B-03 13-15 793 B-04 2-4 647 B-04 8-10 967 B-05 0-2 700 B-05 4-6 15, 667 B-06 0-2 787 B-06 6-8 1,160 B-07 2-4 833 B-07 6-8 16, 600 B-07 13-15 900 B-08 2-4 800 B-08 6-8 2, 200 B-09 2-4 680 B-09 6-8 1,220 B-09 13-15 867 B-10 0-2 667 B-10 8-10 733 B-11 0-2 727 B-11 4-6 707 B-12 0-2 747 B-12 2-4 740 B-12 4-6 3,147 B-13 0-2 753 B-13 6-8 1,247 B-13 13-15 940 B-14 0-2 680 B-14 4-6 733 B-15 0-2 693 B-15 6-8 707 B-16 0-2 667 B-16 5-7 1,113 GES Project No. 21-0001 Page 8 Boring No. Depth (feet, bgs) Sulfate Content (ppm) B-17 6-8 1,753 B-18 2-4 687 B-18 6-8 1,193 DP-01 2-4 727 DP-01 8-10 753 DP-02 0-2 847 D P-02 6-8 800 DP-03 2-4 693 D P-03 8-10 1,133 Note: ppm = parts per million 4.4 Groundwater Groundwater Levels. The borings were advanced using auger drilling and intermittent sampling methods in order to observe groundwater seepage levels. Groundwater levels encountered in the borings during this investigation are identified below. Boring No. Depth Groundwater Initially Groundwater Depth after 15 Minutes Encountered (feet, bgs) (feet, bgs) All borings Not Encountered Not Encountered Lon�-term Groundwater Monitorin�. Long-term monitoring of groundwater conditions via piezometers was not performed during this investigation and was beyond the scope of this study. Long-term monitoring can reveal groundwater levels materially different than those encountered during measurements taken while drilling the borings. Groundwater Fluctuations. Future construction activities may alter the surface and subsurface drainage characteristics of this site. It is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The groundwater level should be expected to fluctuate throughout the years with variations in precipitation. 5.0 ANALYSIS AND RECOMMENDATIONS 5.1 Seismic Site Classification The seismic site classification is based on the 2018 International Building Code (IBC) and is a classification of the site based on the type of soils encountered at the site and their engineering properties. Per Table 20.3-1 of ASCE 7-10, the seismic site classification for this site is C. GES Project No. 21-0001 Page 9 5.2 Potential Vertical Soil Movements TxDOT Method Tex-124-E. Potential Vertical Rise (PVR) calculations were performed in general accordance with the Texas Department of Transportation (TxDOT) Method Tex-124- E. The Tex-124-E method is empirical and is based on the Atterberg limits and moisture content of the subsurface soils. The calculated PVR is an empirical estimate of a soil's potential for swell based upon the soil's plasticity index, applied loading (due to structures or overburden), and antecedent moisture condition. The wetter a soil's antecedent moisture condition, the lower its calculated PVR will be for a given plasticity index and load. However, soil with a higher antecedent moisture content will be more susceptible to shrinkage due to drying. Maintaining a consistent moisture content in the soil is the key to minimizing both heave and shrinkage related structural problems. It's very difficult to accurately determine potential soil movements due to moisture changes, thus the calculated PVR values below should not be relied upon as absolute values that will occur, but rather approximate values based on industry standard practice and local experience. Keep in mind that extreme soil moisture changes could occur related to but not limited to ponding water, leaking water lines, inadequate drainage and nearby trees causing soil desiccation, etc. Thus, movements that exceed those calculated below may be encountered. Regular maintenance should be provided to address any potential detrimental issues that may arise during the lifespan of the structure. Calculated PVR usin� TxDOT Method Tex-124-E. The PVR calculated using TxDOT Method Tex-124-E is about 3- to 3.5-inches assuming a dry antecedent moisture condition. The calculated PVR is consistent with soil moisture conditions at the time this investigation was conducted. A 12-feet zone of seasonal moisture variation was used in our analysis based on local experience. Calculated PVR usin� Swell Test Results. The PVR based on the swell test results is about 2.5- to 4-inches. The PVR based on swell test results is dependent on the moisture conditions at the time of testing. A 12-feet zone of seasonal moisture variation was used in our analysis based on local experience. Soil Moisture Confirmation Prior to Construction. The calculated PVR can vary considerably with prolonged wet or dry periods. We recommend the moisture content for the upper 10 feet of soils within the building pad be assessed for consistency with this report prior to construction if: (1) an extended period of time has elapsed between the performance of this investigation and construction of the foundation, or (2) unusually wet or dry weather is experienced between the performance of this investigation and construction of the foundation. GES Project No. 21-0001 Page 10 5.3 Sulfate Induced Heave Sulfate/sulfide minerals, when exposed to water, will react with calcium based additives (lime, cement, and Class CS fly ash) and clay soils to form ettringite. As the mineral ettringite forms, it can expand approximately 2 to 2.5 times its original volume. This process is known as sulfate induced heave and is the cause of swell in the treated subgrade soils and the overlying pavement/slab structure. Based on the lab testing results presented in Section 4.3, the sulfate content of tested soil samples is in the range of 647 ppm to 40,000 ppm indicating that the sulfate levels are low to very high. Sulfate screening tests should be performed for soils prior to lime treatment. Based on the sulfate screening test results, there are three scenarios: • For sulfate concentrations less than 3,000 ppm, traditional lime treatment may be performed. • For sulfate concentrations greater than 3,000 ppm but less than 8,000 ppm, modified subgrade treatment recommendations are warranted. The following summarizes the modified subgrade treatment: (1) the soil is first treated using half of the total lime quantity required, (2) the soil-lime mixture should be allowed "mellow" for a period of seven days, (3) after seven days, the soil-lime mixture is treated again using the remaining half of the total lime quantity, (4) the soil-lime mixture is reworked, tested for gradations, and, if passed, placed and compacted as required. The moisture content of the final soil-lime mixture should be within 2 percent of the optimum moisture content and compacted at 95 percent of maximum dry density as determined by ASTM D698. • For sulfate concentrations greater than 8,000 ppm, GES should be contacted to evaluate the case and provide additional recommendations. 5.4 Construction Excavations Applicabilitv. Recommendations in this section apply to short-term construction-related excavations for this project. Sloped Excavations. All sloped short-term construction excavations on-site should be designed in accordance with Occupational Safety and Health Administration (OSHA) excavation standards. Borings from this investigation indicated that the soils may be classified per OSHA regulations as Type B from the ground surface to a depth of 15-feet bgs. Short-term construction excavations may be constructed with a maximum slope of 1:1, horizontal to vertical (H:V), to a depth of 15-feet bgs. If excavations are to be deeper than GES Project No. 21-0001 Page 11 15-feet, we should be contacted to evaluate the excavation. Recommendations provided herein are not valid for any long-term or permanent slopes on-site. Shored Excavations. As an alternative to sloped excavations, vertical short-term construction excavations may be used in conjunction with trench boxes or other shoring systems. Shoring systems should be designed using an equivalent fluid weight of 85 pounds per cubic foot (pcf) above the groundwater table and 105 pcf below the groundwater table. Surcharge pressures at the ground surface due to dead and live loads should be added to the lateral earth pressures where they may occur. Lateral surcharge pressures should be assumed to act as a uniform pressure along the upper 15-feet of the excavation based on a lateral earth coefficient of 0.5. Surcharge loads set back behind the excavation at a horizontal distance equal to or greater than the excavation depth may be ignored. We recommend that no more than 200-feet of unshored excavation should be open at any one time to prevent the possibility of failure and excessive ground movement to occur. We also recommend that unshored excavations do not remain open for a period of time longer than 24-hours. Limitations. Recommendations provided herein assume there are no nearby structures or other improvements which might be detrimentally affected by the construction excavation. Before proceeding, we should be contacted to evaluate construction excavations with the potential to affect nearby structures or other improvements. Excavation Monitorin�. Excavations should be monitored to confirm site soil conditions consistent with those encountered in the borings drilled as part of this study. Discrepancies in soil conditions should be brought to the attention of GES for review and revision of recommendations, as appropriate. 5.5 Groundwater Control Groundwater was not encountered during the subsurface investigation. If groundwater is encountered during excavation, dewatering to bring the groundwater below the bottom of excavations may be required. Dewatering could consist of standard sump pits and pumping procedures, which may be adequate to control seepage on a local basis during excavation. Supplemental dewatering will be required in areas where standard sump pits and pumping is not effective. Supplemental dewatering could include submersible pumps in slotted casings, well points, or eductors. The contractor should submit a groundwater control plan, prepared by a licensed engineer experienced in that type of work. GES Project No. 21-0001 Page 12 5.6 Earthwork 5.6.1 Site Preparation In the area of improvements, all concrete, trees, stumps, brush, debris, septic tanks, abandoned structures, roots, vegetation, rubbish and any other undesirable matter should be removed and properly disposed. All vegetation should be removed and the exposed surface should be scarified to an additional depth of at least 6 inches. 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. 5.6.2 Proofroll Building pad and paving subgrades should be proofrolled with a fully loaded tandem axle dump truck or similar pneumatic-tire equipment to locate areas of loose subgrade. In areas to be cut, the proofroll should be performed after the final grade is established. In areas to be filled, the proofroll should be performed prior to fill placement. Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with engineered fill, moisture conditioned (dried or wetted, as needed) and compacted in place. 5.6.3 Grading and Drainage 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. A positive slope of the ground away from any foundation should be provided. Ditches or swales should be provided to carry the run-off water both during and after construction. Stormwater runoff should be collected by gutters and downspouts and should discharge away from the buildings. 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. Lawn areas should be watered moderately, without allowing the clay soils to become too dry or too wet. 5.6.4 Wet Weather/Soft Subgrade Soft and/or wet surface soils may be encountered during construction, especially following periods of wet weather. Wet or soft surface soils can present difficulties for compaction and GES Project No. 21-0001 Page 13 other construction equipment. If specified compaction cannot be achieved due to soft or wet surface soils, one of the following corrective measures will be required: 1. Removal of the wet and/or soft soil and replacement with select fill, 2. Chemical treatment of the wet and/or soft soil to improve the subgrade stability, or 3. If allowed by the schedule, drying by natural means. Chemical treatment is usually the most effective way to improve soft and/or wet surface soils. GES should be contacted for additional recommendations if chemical treatment is planned due to wet and/or soft soils. 5.6.5 Fill Select Fill. Select fill should consist of soil with a liquid limit less than 35 and a Plasticity Index between 7 and 20. The select fill should be placed in loose lifts not exceeding 8-inches and should be compacted to at least 95 percent maximum dry density (per ASTM D-698) and at a moisture content between optimum and 4 percent above optimum moisture content. The subgrade to receive select fill should be scarified to a depth of 6 inches and compacted to 92 to 96 percent of the material's maximum standard Proctor dry density (ASTM D-698) at a workable moisture level at least 4 percentage points above optimum and placed in loose lifts not exceeding 9 inches. Flexible Base. Flexible base may be used in the building pad cap and paving subgrade in lieu of lime stabilized fill. The flexible base should meet the requirements of TxDOT Standard Specifications, Item 247, Grade 1-2, Type A, or equivalent. Flexible base should be compacted to at least 95 percent maximum dry density (per ASTM D-698) and within ±2 percent of the optimum moisture content. General Fill. General fill may be placed in improved areas outside the building pad areas or below the moisture conditioned soil in the building pad areas. General fill should consist of material approved by the Geotechnical Engineer with a liquid limit less than 50. General fill should be placed in loose lifts not exceeding 8-inches and should be uniformly compacted to a minimum of 95 percent maximum dry density (per ASTM D-698) and at a moisture content between optimum and 4 percent above optimum moisture content. Fill Restrictions. Select fill and general fill should consist of those materials meeting the requirements stated. Select fill and general fill should not contain material greater than 4- inches in any direction, debris, vegetation, waste material, environmentally contaminated material, or any other unsuitable material. Unsuitable Materials. Materials considered unsuitable for use as select fill or general fill include low and high plasticity silt (ML and MH), silty clay (CL-ML), organic clay and silt (OH and OL) and highly organic soils such as peat (Pt). These soils may be used for site grading and restoration in unimproved areas as approved by the Geotechnical Engineer. Soil placed GES Project No. 21-0001 Page 14 in unimproved areas should be placed in loose lifts not exceeding 10-inches and should be compacted to at least 92 percent maximum dry density (per ASTM D-698) and at a moisture content within ±4 percentage points of optimum. Cautionary Note. It is extremely important that select fill placed within building pads be properly characterized using one or more representative proctor samples. The use of a proctor sample which does not adequately represent the select fill being placed can lead to erroneous compaction (moisture and density) results which can significantly increase the potential for swelling of the select fill. The plasticity index of select fill soils placed during construction should be checked every day to confirm conformance to the project specifications and consistency with the proctor being utilized. 5.6.6 Testing Required Testin� and Inspections. Field compaction and classification tests should be performed by GES. Compaction tests should be performed in each lift of the compacted material. We recommend the following minimum soil compaction testing be performed: one test per lift per 2,500 square feet (SF) in the area of the building pad, one test per lift per 5,000 SF outside the building pad, and one test per lift per 100 linear feet of utility backfill. If the materials fail to meet the density or moisture content specified, the course should be reworked as necessary to obtain the specified compaction. Classification confirmation inspection/testing should be performed daily on select fill materials (whether on-site or imported) to confirm consistency with the specifications. Liabilitv Limitations. Since recommendations provided recommendations provided performed by another party. proper field inspection and testing are critical to the design herein, GES cannot assume responsibility or liability for in this report if construction inspection and/or testing is 5.7 Demolition Considerations Applicability. Recommendations in this section apply to the removal of any existing foundations, utilities or pavement which may be present on this site. General. Special care should be taken in the demolition and removal of existing floor slabs, foundations, utilities and pavements to minimize disturbance of the subgrade. Excessive disturbance of the subgrade resulting from demolition activities can have serious detrimental effects on planned foundation and paving elements. Existin� Foundations. Existing foundations are typically slabs, shallow footings, or drilled piers. If slab or shallow footings are encountered, they should be completely removed. If drilled piers are encountered, they should be cut off at an elevation at least 24-inches below GES Project No. 21-0001 Page 15 proposed grade beams or the final subgrade elevation, whichever is deeper. The remainder of the drilled pier should remain in place. Foundation elements to remain in place should be surveyed and superimposed on the proposed development plans to determine the potential for obstructions to the planned construction. GES should be contacted if drilled piers are to be excavated and removed completely. Additional earthwork activities will be required to make the site suitable for new construction if the piers are to be removed completely. Existin� Utilities. Existing utilities and bedding to be abandoned should be completely removed. Existing utilities and bedding may be abandoned in place if they do not interfere with planned development. Utilities which are abandoned in place should be properly pressure-grouted to completely fill the utility. Backfill. Excavations resulting from the excavation of existing foundations and utilities should be backfilled in accordance with Section 5.6.5— Fill. Other Buried Structures. Other types of buried structures (wells, cisterns, etc.) could be located on the site. If encountered, GES should be contacted to address these types of structures on a case-by-case basis. 5.8 Loading on Buried Structures Uplift. Buried water-tight structures are subjected to uplift forces caused by differential water levels adjacent to and within the structure. Soils with any appreciable silt or sand content will likely become saturated during periods of heavy rainfall and the effective static water level will be at the ground surface. For design purposes, we recommend the groundwater level be assumed at the ground surface. Resistance to uplift pressure is provided by soil skin friction and the dead weight of the structure. Skin friction should be neglected for the upper 3 feet of soil. A skin friction of 200 pounds per square foot (psf) may be used below a depth of 3 feet. Lateral Pressure. Lateral pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 105 pounds per cubic foot (pcf). This includes hydrostatic pressure but does not include surcharge loads. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried structure. Surcharge loads located a horizontal distance equal to or greater than the buried structure depth may be ignored. Vertical Pressure. Vertical pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 125 pcf. This does not include surcharge loads. The vertical load produced by a surcharge may be computed as 100 percent of the GES Project No. 21-0001 Page 16 vertical surcharge pressure applied as a constant pressure over the full width of the buried structure. 5.9 Retaining Structures Applicability. Based on the provided information, we understand the site will have retaining walls with varying heights. GES should be contacted to review global stability of the retaining walls once the design and cross sections are available. Recommended Safety Factors. The proposed retaining walls should be designed for minimum safety factors as provided in table below. Recommended Minimum Safety Factors Condition Minimum Safety Factor Sliding along the Base 1.5 Overturning about the Toe 2.0 Bearing Capacity 2.0 Active and At-Rest Pressures. The proposed retaining walls should be designed to resist the expected lateral earth pressure. The design of retaining walls should be performed based on equivalent fluid pressure values provided herein. The equivalent fluid pressure values provided in this section assumes a horizontal ground surface extending back from the top of wall. The values provided herein are not applicable to inclined backfill. Any walls with inclined backfill should be designed for an additional equivalent fluid pressure of 1 pcf for every 1 degree of slope inclination. Equivalent Fluid Pressure - Horizontal Ground Surface Extending Backward from the Top of the Wall Active Pressure (pcf)�l�&�2� At-Rest Pressure (pcf) �1�& 121 Above Below Above Below Type of Backfill�3� Water Table Water Table Water Table Water and Free- or Not Free- and Free- Table or Draining Draining Draining Not Free Draining On site Clay Soils Unit Weight 125 pcf and Friction Angle of 20° 60 95 85 105 ka = 0.49; ko = 0.66 Select Fill Unit Weight 125 pcf and Friction Angle of 25� 50 90 75 100 ka=0.41�ko=0.58 GES Project No. 21-0001 Page 17 Equivalent Fluid Pressure - Horizontal Ground Surface Extending Backward from the Top of the Wall Active Pressure (pcf)�l�&�2� At-Rest Pressure (pcf) �1�& (z1 Above Below Above Below Type of Backfill�3� Water Table Water Table Water Table Water and Free- or Not Free- and Free- Table or Draining Draining Draining Not Free Draining Granular Soils Unit Weight 110 pcf and Friction Angle of 30° 35 80 55 85 ka = 0.33; ko = 0.50 Notes: (1) The active earth pressure assumes that the top of the wall is not rigidly restrained, and the wall is not sensitive to some movement. For active earth pressure, the wall must rotate about the base, with top lateral movements of about 0.002H to 0.004H, where H is the wall height. The at-rest condition assumes the wall is restrained at top. (2) The values provided are to the nearest 5 pcf. (3) ka = Coefficient of Active Earth Pressure; ko= Coefficient of At-Rest Earth Pressure The above lateral pressures include hydrostatic pressure but do not include surcharge loads. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the wall. Surcharge loads set back from the back face of the retaining structure at a horizontal distance equal to or greater than the structure height may be ignored. No factor of safety is included in the above soil parameters. Backfill. Backfill placed against retaining structures may be granular fill, select fill, or on-site clay soil. For the granular and select fill values to be valid, the backfill must extend out from the base of the wall at an angle of at least 45 degrees from the vertical. To reduce surface water seepage into the free draining granular backfill, the top 1-foot of backfill should consist of on-site clay soil with a plasticity index of at least 15. Passive Resistance. We recommend using an equivalent fluid weight of 250 pcf for passive resistance (using a Factor of Safety of 1). The provided equivalent fluid pressure for passive resistance assumes a horizontal ground surface in front of the wall. We should be contacted to provide passive pressure for sloping ground in front of the wall. The passive resistance should be neglected to a depth of 2 feet below the lowest surrounding grade. Slidin� Resistance. We recommend using coefficient of sliding friction of 0.36 (using a Factor of Safety of 1) between the retaining structure concrete footings and underlying soil. Bearin� Capacity. Assuming a minimum embedment depth of 24-inches and a horizontal ground surface in front of the wall. An allowable bearing capacity of 3,000 psf may be used for retaining structure footings (using a Factor of Safety of 2). GES Project No. 21-0001 Page 18 Global Stabilitv. GES should be contacted to review global stability of retaining walls once the final project plans are available. Based on the global stability analysis, greater foundation depth and/or heel slab length may be necessary to achieve the required factors of safety against global failure. Draina�e. A perforated drain line installed behind the base of the walls that extend below adjacent grade is recommended to prevent hydrostatic loading on the walls as shown on the diagram below. The invert of the drain line around a below-grade building area or exterior retaining wall should be placed near the foundation bearing level. The drain line should be sloped to provide positive gravity drainage to a sump pit and pump. The drain line should be surrounded by clean, free-draining granular material have less than 5 percent passing the No. 200 sieve. The free-draining aggregate should be encapsulated in a filter fabric. The granular fill should extend to within 2 feet of final grade, where it should be capped with cohesive fill to reduce infiltration of surface water into the drain system. 51ope tfl �rain Rway frflm Wall .---Gohesiue Fill Foundation Wal Free-draining Graded Granular Filter Material nr Non-graded Free-draining Material En�apsulated in an Apprvpriate Filter Fahric {5ee Reportj a � �� :'�, . �,`: . �,. •�. -.., ���.J,,. �,���f �Undisturbed Nati�e Soil ar Engineered Fill General Fill Perforated arain Pipe {Rigid PVC unless stated ptherwise in rppOrtj Alternative Draina�e. As an alternative to free-draining granular fill, a pre-fabricated drainage system may be used. A pre-fabricated drainage system may be a plastic drainage core or mesh system which is covered with a filter fabric to prevent soil intrusion, and is fastened to the wall prior to placing backfill. 5.10 Buried Pipe Applicabilitv. Recommendations in this section are applicable to the design of buried piping placed by open cut methods associated with this project. Pressure on Buried Pipe. Design recommendations provided in the "Loading on Buried Structures" section of this report apply to buried piping. GES Project No. 21-0001 Page 19 Thrust Restraints. Resistance to lateral forces at thrust blocks will be developed by friction developed along the base of the thrust block and passive earth pressure acting on the vertical face of the block. We recommend a coefficient of base friction of 0.2 (using a Factor of Safety of 2) along the base of the thrust block. Passive resistance on the vertical face of the thrust block may be calculated using the allowable passive earth pressures presented below. Allowable Passive Earth Pressure by Material Type Material Allowable Passive Pressure (psf) Native Clay and Clayey Sand 2,000 Compacted Clay Fill 1,500 Weathered Shale and Shale 3,000 Note: Passive resistance should be neglected for any portion of the thrust block within 3 feet of the final site grade. The allowable passive resistance for native clays, clayey sand, weathered shale, and shale is based on the thrust block bearing directly against vertical, undisturbed cuts in these materials. Beddin� and Backfill. Pipe bedding and pipe-zone backfill for the water and sanitary sewer piping should be in accordance with TxDOT standard specification Item 400 or the local equivalent. The pipe-zone consists of all materials surrounding the pipe in the trench from six (6) inches below the pipe to 12 inches above the pipe. Trench Backfill. Excavated site soils will be utilized to backfill the trenches above the pipe-zone. Backfilled soil should be placed in loose lifts not exceeding 8-inches and should be compacted to at least 95 percent maximum dry density (per ASTM D-698) and at a moisture content between optimum and 4 percent above optimum moisture content. Trench Settlement. Settlement of backfill should be anticipated. Even for properly compacted backfill, fills in excess of 8 to 10 feet are still subject to settlements over time of about 1 to 2 percent of the total fill thickness. This level of settlement can be significant for fills beneath streets. Therefore, close coordination and monitoring should be performed to reduce the potential for future movement. 5.11 Existing Pond Backfill Prior to pond fill placement, sediment and soft soils from the sides and bottom of the existing pond and associated streams shall be removed. In addition, the pond bottom should be proofrolled using a fully-loaded tandem axle truck to ensure a good working surface. After proofroll, the pond may be filled per our recommendations provided in sections 5.6.5 - "Fill" and 5.13 - "Slab-on-Grade". GES Project No. 21-0001 Page 20 5.12 Foundation System Appropriate Foundation Types. Straight-Shaft Drilled Piers are appropriate to the site based on the geotechnical conditions encountered. Foundations Adiacent to Slopes. Foundations placed too close to adjacent slopes steeper than 5:1 (H:V) may experience reduced bearing capacities and/or excessive settlement. Recommendations provided herein assume foundations are not close enough to adjacent slopes in excess of 5:1 (H:V) to be detrimentally affected. Therefore, foundations closer than 5 times the depth of adjacent slopes, pits or excavations in excess of 5:1 (H:V) should be brought to our attention in order that we may review the appropriateness of our recommendations. Note. Our office should be contacted to review the final foundation plans and pier depths prior to construction to check conformance with the recommendations presented herein. 5.12.1 Straight-Shaft Drilled Piers Site Gradin� Plan. Based on the provided grading plan (dated January 2021), we understand the finished floor elevation (FFE) of the proposed building will be at about 666-feet for Building 1 and about 676-feet for Building 2. Further, based on the provided site topographic survey, we understand the existing site elevation in the building pad area varies approximately from Elevation 650-feet to 683-feet. We should be notified and allowed to review the design if the grading plan changes to assess the suitability of the foundation recommendations provided. General Requirement. The proposed building may be supported using straight-shaft piers (auger-excavated, steel reinforced, cast-in-place concrete piers) provided that recommendations in the section entitled "Slab-on-Grade" are followed. Piers should have a minimum penetration depth of 8 feet into the weathered shale/shale. Additional embedment depth may be needed to develop the required skin friction and/or uplift resistance. Drilled piers should be a minimum of 18-inches in diameter. The pier excavation and installation operations should be observed in the field by GES. Soil Conditions. Soil condition encountered at the proposed building location consisted of predominately fat clay with some lean clay overlying weathered shale/shale. Weathered shale/shale were encountered at depths varying from 8- to 22-feet below the existing ground surface in the building pad areas. Axial Resistance. For design of the drilled shaft foundations, we recommend the following geotechnical parameters: GES Project No. 21-0001 Page 21 Effective Soil Unit Allowable Allowable Soil Type Weight Skin Friction End Bearing Capacity (p�f) (psf) c�� �pSf) cz, 3, a� Moisture 125 Neglect -- Conditioned Soil Fat Clay/Clay Fill 125 -- -- Weathered 135 2,000 20,000 Shale/Shale (1) Allowable Skin Friction based on a factor of safety = 2. (2) Allowable End Bearing Capacity based on a factor of safety = 2. (3) Recommendations assume the foundation depth is greater than or equal to 4 times the foundation width. (4) The recommended bearing capacity parameters for weathered shale/shale assume a minimum penetration of 8-feet into the weathered shale/shale layer. The axial capacities of drilled straight-shaft piers should be neglected over the portion of the shaft in contact with moisture conditioned fill. The final foundation plan and pier depths must be reviewed by GES prior to construction. Uplift. The uplift force on the piers due to swelling of the active clays can be approximated by assuming a uniform uplift pressure of 1,000 psf acting over the perimeter of the shaft to a depth of 12 feet. The shafts should contain enough full length reinforcing steel to resist uplift forces. Lateral Resistance. For resistance of lateral loads on straight shaft drilled piers, we recommend the following LPILE design parameters. Material Type LPILE Parameters �Z� Soil Type: Medium Clay Moisture Conditioned Soil Effective Soil Unit Weight: 125 pcf (0- to-3-ft below final grade) Undrained Shear Strength: Ignore Strain @ %z Peak Strength (sso): Ignore p-y Modulus (k): Ignore Soil Type: Medium Clay Moisture Conditioned Soil Effective Soil Unit Weight: 125 pcf (3- to-l2-ft below final grade Undrained Shear Strength: 800 Strain @ %2 Peak Strength (aso): 0.01 p-y Modulus (k): 100 pci (static) Soil Type: Very Stiff Clay Effective Soil Unit Weight: 125 pcf Fat Clay / Clay Fill Undrained Shear Strength: 2,000 psf Strain @ %z Peak Strength (s50): 0.005 p-y Modulus (k): 1,000 pci (static), 400 pci (cyclic) GES Project No. 21-0001 Page 22 Material Type LPILE Parameters �Z� Soil Type: Weak Rock Effective Soil Unit Weight: 135 pcf Weathered Shale/Shale Young's Modulus (Er): 10,000 psi Uniaxial Compressive Strength: 140 psi Krm: 0.0005 Lateral resistance of piers should be ignored up to 3 feet below the top of the piers (bottom of the pier caps). Pier Spacin�. Piers should have a minimum center-to-center spacing of at least 2.5 pier diameters. The design side shear for axial or uplift loads may be considered to vary linearly from the full value at a spacing of 2.5 times the diameter of the larger shaft to 50 percent of the design value at a spacing of 1 times the diameter of the larger shaft. Settlement. Foundation settlement for drilled piers constructed as described herein should be 1-inch or less. Groundwater. Groundwater was not encountered during the subsurface investigation. Groundwater may be encountered during pier excavation and the risk of groundwater seepage is increased during or after periods of precipitation. Submersible pumps may be capable of controlling seepage in the pier excavation to allow for concrete placement. If water-bearing granular soil layers are encountered, temporary casing and/or slurry displacement method will likely be required for drilled shafts. Applicable TxDOT Standards. Drilled pier foundations should be constructed in accordance with the requirements of TxDOT Item 416 (standard specification for construction of drilled pier foundations). This specification includes requirements for construction using casing or the slurry displacement method, as appropriate. Construction Observation. The construction of all piers should be observed to verify compliance with design assumptions and to verify: 1. the bearing stratum; 2. the removal of all smear zones and cuttings; 3. that groundwater seepage, when encountered, is correctly handled; 4. that the shafts are vertical (within acceptable tolerance); and 5. ensure that the top of the shafts in contact with clay are not enlarged (mushroom shaped). Concrete Placement. Concrete should be placed immediately after the excavation has been completed. In no event should a pier excavation be allowed to remain open for more than 8 hours. Concrete should have a slump of 5- to 7-inches and should not be allowed to strike the shaft sidewall or steel reinforcement during placement. GES Project No. 21-0001 Page 23 5.13 Slab-on-Grade Cautionary note. The following recommendations are applicable to the subgrade areas under the proposed building pad and attached flatworks. Based on the soil conditions encountered in this study, the calculated PVR is 2.5- to 4-inches for the areas outside of the building pad that are not moisture conditioned as described in this section. Subgrades for all PVR sensitive engineered features (those requiring a PVR of 1-inch) outside of the building pad should be moisture conditioned as described herein. Appropriate measures should be taken for flatworks abutting the building pad to assure differential movements between treated and untreated subgrades can be accommodated. Recommendations for subgrade treatment for paving and flatwork areas, depending on required PVR, are provided in Section 5.14.2. Potential Vertical Slab Movements. Based on the information gathered during this investigation, a slab constructed on-grade will be subject to potential vertical slab movements of up to about 4-inches. Sub�rade Treatment Usin� Moisture Conditioned Soil. The depth of subgrade treatment is dependent on desired post-construction PVR. The table below presents recommended depth of subgrade treatment for various post-construction PVR levels. Subgrade Treatment - Moisture Condition PVR Thickness of Flexible Base or Lime (inches) Cap (inches)�l, z, s, a� 1 E3 Notes: 1. Depth measured below bottom of the slab-on-grade, option Thickness of Moisture Conditioned Soil below Cap (feet)�5� 11 2. Lime should be applied at a minimum rate of 36 pounds per square yard for a depth of 8-inches. Lime stabilization should be performed in accordance with TxDOT Standard Specifications, Item 260, "Lime Stabilized Subgrade", or local equivalent, 3. The flexible base should be constructed per recommendation in Section 5.6.5 -"Fill" of this report. 4. Depending on k-value requirements for proposed slab-on-grade, the thickness of the cap may be adjusted. Our office should be contacted to reassess the recommended thicknesses for specific project-based loading conditions. 5. The moisture conditioned native clay soil should be compacted to 92 to 96 percent of the material's maximum standard Proctor dry density (ASTM D-698) at a workable moisture level at least 4 percentage points above optimum and placed in loose lifts not exceeding 9 inches. Cautionary Note: For the lime cap option, sulfate screening must be performed prior to performing lime treatment. Based on the sulfate screening results, appropriate lime GES Project No. 21-0001 Page 24 treatment procedure must be followed as discussed in section 5.3 -"Sulfate Induced Heave" of this report. Subgrade treatment should extend at least 5-feet horizontally beyond the perimeter of the building. Sub�rade Treatment at Exterior poorways. Subgrade treatment should extend beneath sidewalk areas that abut exterior doorways to the building. Failure to perform subgrade treatment in these areas can increase the probability of differential heaving between exterior sidewalks and doorways, resulting in exterior doors that will not or have difficulty opening outward due to "sticking" caused by heaving sidewalk slabs. Sub�rade Moisture. The slab subgrade is prone to drying after being exposed and should be kept moist prior to slab placement. Moisture Barrier. A moisture barrier should be used beneath the slab foundation in areas where floor coverings will be utilized (such as, but not limited to, wood flooring, tile, linoleum and carpeting). Slab Deflection Analysis. Coefficient of subgrade reaction, k, values are soil, load, and settlement dependent. For slabs subjected to vehicular traffic, we recommend that slab deflections be analyzed using a coefficient of subgrade reaction, k, of 120 pounds per cubic inch (pci) for subgrade soils. For slabs subjected to stationary live loads (e.g. racking loads), we recommend the k value be reduced per the guidance provided in ACI 360R. 5.14 Pavement Recommendations for rigid pavement and preparation of the pavement subgrade are provided in the following sections. A traffic study indicating the number and type of vehicles on which to base the pavement design was not provided. Therefore, our recommendations are based upon our experience with similar projects assuming normal vehicular loading. Any unusual loading conditions should be brought to our attention prior to finalizing the pavement design so that we may assess and modify our recommendations as necessary. 5.14.1 Rigid Pavement Portland cement concrete (PCC) with a minimum 28-day compressive strength of 3,500 pounds per square inch (psi) should be utilized for rigid pavement. Grade 60 reinforcing steel should be utilized in the transverse and longitudinal directions. For a 20-year pavement life and a 90 percent reliability, the following pavement thicknesses and reinforcing are recommended: GES Project No. 21-0001 Page 25 Thickness Paving Use (inches) Reinforcing Parking Areas for No. 3 bars spaced on 24-inch intervals or Automobiles and Light Trucks S 12 x 12 — W5 x W5 welded wire fabric Drive Lanes and Areas Subjected to No. 3 bars spaced on 18-inch intervals or Light to Medium Trucks 6 12 x 12 — W6 x W6 welded wire fabric Truck Court and Areas Receiving Less Than 25 No. 3 bars spaced on 18-inch intervals or Loaded Heavy (18-wheel) Trucks Per Day � 12 x 12 — W6.5 x W6.5 welded wire fabric Areas Receiving Between 25 and 50 Loaded Heavy (18-wheel) Trucks Per Day 8 No. 4 bars spaced on 18-inch intervals Areas Receiving Between 50 and 100 Loaded Heavy (18-wheel) Trucks Per Day g No. 4 bars spaced on 18-inch intervals Areas Receiving Between 100 and 200 Loaded Heavy (18-wheel) Trucks Per Day 10 No. 4 bars spaced on 16-inch intervals Note: Concrete pavement thicknesses provided above can be increased an extra 1-inch as a substitution for lime stabilization or flexible base for pavement subgrade. Contraction joints should be spaced at about 24 times the pavement thickness up to a maximum of 15 feet in any direction. Saw cut control joints should be cut within 6 to 12 hours of concrete placement. Expansion joints should be spaced as necessary and should be placed where the pavement abuts any structure. Dowels should have a diameter equal to 1/$ the slab thickness, be spaced on 12-inch intervals, and be embedded at least 9-inches. Where not specified herein, concrete pavement should comply with Texas Department of Transportation (TxDOT) Standard Specifications, Item 360, "Concrete Pavement", or local equivalent. 5.14.2 Pavement Subgrade and Potential Vertical Rise (PVRJ Reduction for Paving and Flatwork General. Any paving or flatwork areas located outside the building pad will be subject to potential vertical slab movements of up to about 4-inches. Subgrade treatment using moisture conditioning option is needed to avoid excessive differential movements for such areas. The allowable PVR should be determined by the design team. Sub�rade Treatment. The table below presents subgrade recommendations for various PVRs. GES should be allowed to review the final design prior to construction so that we may assess their appropriateness relative to the control of differential movement. Paving Subgrade Treatment - Moisture Conditioning Option Allowable PVR Minimum Thickness of Flexible Thickness of Moisture Conditioned Soil (inches) Base or Lime Cap (inches) 1-z�3 Below Cap (feet) 4 1 8.0 11 2 8.0 6 3 8.0 3 GES Project No. 21-0001 Page 26 Paving Subgrade Treatment - Moisture Conditioning Option Allowable PVR Minimum Thickness of Flexible Thickness of Moisture Conditioned Soil (inches) Base or Lime Cap (inches) 1,z,3 Below Cap (feet) 4 4 8.0 �5� Not reauired Notes: 1. Depth measured below bottom of the pavement slab. 2. Lime should be applied at a minimum rate of 36 pounds per square yard for a depth of 8-inches. Lime stabilization should be performed in accordance with TxDOT Standard Specifications, Item 260, "Lime Stabilized Subgrade", or local equivalent, 3. The flexible base should be constructed per recommendation in Section 5.6.5 -"Fill" of this report, 4. The moisture conditioned native clay soil should be compacted to 92 to 96 percent of the material's maximum standard Proctor dry density (ASTM D-698) at a workable moisture level at least 4 percentage points above optimum and placed in loose lifts not exceeding 9 inches. 5. In lieu of stabilized subgrade (flexible base or lime stabilization), concrete pavement thicknesses (as shown in section 5.14.11 should be increased bv 1-inch. Cautionary Note: For the lime cap option, sulfate screening must be performed prior to performing lime treatment. Based on the sulfate screening results, appropriate lime treatment procedure must be followed as discussed in section 5.3 -"Sulfate Induced Heave" of this report. 5.14.3 Pavement Subgrade Applicabilitv. Recommendations provided in this section applies to lime stabilized pavement subgrade option. For the case of increased concrete thickness by 1-inch in lieu of lime stabilized subgrade, the recommendations below can be ignored. Stabilized Sub�rade. Fat clay is expected to be encountered or exposed at pavement subgrade. The pavement subgrade should be placed in loose lifts not exceeding 8-inches and should be uniformly compacted to a minimum of 95 percent maximum dry density (per ASTM D-698) and within ±2 percent of the optimum moisture content. We recommend the subgrade be stabilized using the following: Reagent Application Rate Application Depth (pounds per square yard) (inches) Lime 36 8 Lime stabilization should be performed in accordance with TxDOT Standard Specifications, Item 260, "Lime Stabilized Subgrade", or local equivalent. Cautionary Note: For the lime treated subgrade, sulfate screening must be performed prior to performing lime treatment. Based on the sulfate screening results, appropriate lime treatment procedure must be followed as discussed in section 5.3 -"Sulfate Induced Heave" of this report. GES Project No. 21-0001 Page 27 5.15 Detention Basin Soil Conditions. Borings DP-01 to DP-03 were drilled in the area of the proposed detention ponds. Soil conditions encountered in the vicinity of the proposed detention ponds are summarized below. Generalized Subsurface Conditions at North Detention Ponds (Boring DP-01) Nominal Depth, feet bgs (Except as Noted) General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 18 FAT CLAY Very stiff to hard FAT CLAY WITH SAND (CH). 18 25 SHALE Gray Shale with Limestone layers. Note: Boring Termination Depth = 25 feet bgs. Generalized Subsurface Conditions at South Detention Pond (Borings DP-02 and DP-03) Nominal Depth, feet bgs (Except as Noted) General Detailed Description of Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 18 to 20 FAT CLAY Stiff to hard FAT CLAY (CH). 18 to 20 25 WEATHERED SHALE Gray Weathered Shale. Note: Boring Termination Depth = 25 feet bgs. Groundwater Conditions. Groundwater was not encountered in the detention basin borings during the subsurface investigation. As stated previously, long term monitoring of groundwater conditions was not performed. Long term groundwater monitoring can reveal groundwater conditions that are materially different than those encountered during the field investigation for this study. Recommended Geometry. Based on the subsurface conditions, we recommend that the detention basin slopes be constructed at slopes no steeper than 3H:1V and with a maximum excavation depth not to exceed 10-feet bgs. Excavated Soil Usa�e. The borings indicate that the excavated soil from the detention basin will not generally meet the requirements for select fill but will generally meet the requirements for general fill. 6.0 GENERAL COMMENTS GES Project No. 21-0001 Page 28 Data Assumptions. By necessity, geotechnical engineering design recommendations are based on a limited amount of information about subsurface conditions. In the analysis, the geotechnical engineer must assume subsurface conditions are similar to those encountered in the borings. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and 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. Subsurface Anomalies. Anomalies in subsurface conditions are often revealed during construction. 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. Chan�e of Conditions. If there is a substantial lapse of time between submission of this report 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, structural loads or finish grades are changed, we should be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Desi�n Review. GES, Inc. should 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 report. Construction Materials Testin� and Inspection. GES should be retained to observe earthwork and foundation installation and perform materials evaluation and testing during the construction phase of the project. This enables GES's 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 (GES) at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contact 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. Report Recommendations are Preliminary. Until the recommended construction phase services are performed by GES, the recommendations contained in this report on such items as final foundation bearing elevations, final depth of undercut of expansive soils for non- expansive earth fill pads and other such subsurface-related recommendations should be considered as preliminary. GES Project No. 21-0001 Page 29 Liabilitv Limitation. GES cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing recommended herein is performed by another party. Warrantv. This report 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 other warranty, expressed or implied, is made or intended. GES Project No. 21-0001 Page 30 Appendix A- Project Location Diagrams G� m N � � O fD� n r�r z � N F-� O O O N D v' � � � � � � � � 0 � � � � �� � � � � � � � � � ` �'1 n � r D n n � O Z D D � 70 D � m Z m 70 D r G� m N � � O fD� � z 0 N � O O O N D v� � � ro � N e--r � 0 � � � N � (D � N � � � .� �•�r �����`���• � � vla Z � �T�•��f, -f ' -I 4 � �� t ��. � ' .ry _ . � �r� �1. �- ' A' ��� Y ' �-s}• �'_ s'��..• �M 'r �+11 - — —� - '� � �� '• � ...��� � '�. � : . _ � :�.; _ � . ... � '� �� `� �A - _: �; '" .s� ,'._ ��`'.�� _: - �,� � � x. - ��� - Y �s�' � r. • '� ; "a ,�, -r �. - - �.A � � ; ,.� �,� _, . �_ � _ ,� � ` � ; � .��*•€��- �� ��- �� ; =�=-* - _ � � i ; � Y� , x . .'r+- ` � r � � . . .��a `r _ ! ��:r � P-��� � ' � ��' � � y ! � � �,�r ; , �� - � ��� * ��— �r =z - �. � � � � -��a ' 3' � � ;: ����, �� ' ^ � _ � ,, . _ . _ _ . _ � ��,�. , � � � _� . .� _ � �' - ��. ° . � _ � � �i —.�� � _ � ���,,,�--Y..,, • , '{ : _ . ::. „• �. � �_�:�. �.� � :'� ,; , r� �g� _ '.., � : - , . , , -� r � .:� :F:; J- y* • 7�� r�. .-:� - •' °4' A��, i __.�.= e,l`.� i'C _ _ �� � J - . 'r� } � _ }` :� �, 3�^ ��k {k �� r� � , � �S. �'T-:, S�t�;i-� s.?s� ; - _ �. - . -f J �... ' 4i � � � - { �„�,,,_.;". , i � ; �, , x - � �- �;�-a'��i �3 . �. i�� ,� ,. • � _. � I �-.. i ,'' . - -- �� �? �r. '---- - � — ���: - � `1" L � ' '~� " � , . r� ��y � �'`�`�-..._ . ..' _ r r �, �. . �, _ . ::3�L!;;;1� SF.i:; i s �v" ' , . � .i �r��f ' !1 � �� �'� . . �' • � _ �{j } � •.,. � . � � - - -i' . i ._�1" Li•'�-y�¢ �J Y� �.o � = f �� ;� r ��.� �� �,;,,�. ; � +,x+F %l��rP �.,, V�:�{f�fi r I,� ��Y� �',.ti � �;.� �� k c.1�i•�f �.V�,: ��j=; ' i : � I'[t�: I �� :,� �t!t[! r;'ti��" :-'� - . � TS�, i j �. . {' ;� Y,� � ���. ��'.i? m`�Y .� �r � x '.. ��;` �,"'�i3�r1 Vr�ik.. �� � � Y _ ��', , s � �' ! . �7 •• i j F Yl i•''.� : `:3 �i .i� i _� 'i� S ! � • � � �. .4 —„} � _ : .'�..'..,,.� i � r� � � � m � r O � Z v v � � 1 r O D Appendix B- Boring Location Diagram G� m N � O fD n r�r z � N F-� O O � � D v� � c� � � � r-r � O � � N �� (� N N � � � � � � � Z ������ -- � - � "�-� - __ ��-�._ - -- �11 � � y - -. . �' =�.-- - __ , ' .'„�4� .. . �_ -�-� - .- Y� L� _' �tiL __._ � -_ � ; • �_-; ����i . � � ' - - ..- _ ��� -=_�,•� '�F � ����F ��+ •. . • . ' .L �' . _ _ � � � � _' . ,h.." � � ' .,��1' � ,l � _ _ _ . . . . .� _ � _ _ � ��. _+ ; �� �- � � .r w �1rrr+� .+rrr • � : � �, _ - - . - ��y_,��'� �i ��r �T , . � �, � , +•-Y r € F�- { � i • . "� � . M � 1 . �}_• + ��sa�» '1 # +�• � ��� � �. � ' I —� ,�--Sr-. �r - �_�� =x. . . - � ' ,. . . -_ - `;. . I ! 1 w,'. , -.�•. — ___ _.��_�� �_ -- — _ ; = � �. � ' - _ , _ - - _ �" � �.� — --• -- � `=- - . ,���� � ;��_. — T — _ -= - ,� I,i - C _. � `� �, - _ ' �- : •y,�; �' �_.. ��.. --_�._�.=�.��� ; �.�, - - i � 1 , �. - -- - �i► �� f �," �� ;��+ ; � .i � __ , � � � �I .j � � � ��. � '� _�, � �; — ..-.:;� ' �' � . ' ,� -�• _ r,�� �• � _ �� —_ �. i, ; ' � � � � ' - _= 1;,';� -� � � � � ',a.{ - ,�,� '� �I �'. � �� - !�,I i `� � � T,a�� ��r� r f:�' � � `d`� � _� . ,6Y � t I•. ' ' - 3T� "J� -��-.- � t . �,i. p - ` y{ •��` - f- r�, �. `— � � l � �-,- - ._.z, „rt• . �' . ��- _�� .. �� � a.ii •' � • � 7f: �`�' : ^ � •- _ -•� �1.-�'..Y.� 1 ��l'�.r.....• -�i��.�t 45� ��N-_-- . ,•7Jfee.sc�.e�-�a J �"�'l � �„ - _-' y�.,�--�+v�— . - - .'. : '� �r �' - 1f � _u - . . . k i , .. `'�'.-. n . � .Yi ` ;! i � x ��T' �-� ��� � ��_� � i ' �. . .�', r'� - � . � -,, 'ii f �:. �d � �_ _ — , _ - ;,..�v. �.-� �� .... — ����— — _ � � �I } .1� �-^. r , � _ �'�, � , -• , _ --' -� _ - -- _ _,_ :• � - � ���x,� E �, � ��� :, - r .*.� _ � � ,.. :� k �.�� .� , ,.�.� -�,.. ..�. � _ +--�', � ` q y �� � . � ra/. : .._ :.��. � % i��. a.a � ►.� _'" � i � � O � � r O � z v � � � � � � I� !"h � � N CO G� m N � O fD n r�r z 0 N F-� O 0 0 � D v' � � ro � � � r+ � 0 � rr � � N � (D � N � m � � � � � Z �f � r��.=_ � _ _y.r_, _ �R` ���_ �` -- � L� � 9 � � _ --, , �.-- - __ } ' '� ' . �_ _�_ _ ~' `'� --- � _ . 1 _ -- � ; , �,_ti .�F �:? ,. . - � _ - . . - _ �-l'�. - '�7 �=���_ =�� �. : ' � � •: � - -� - �� � �- - . �; �* � --��-� .� - - . .- .�� �� ��� -�� i- ���' �- � � .r w �1rrr+� .+rrr • . _ - - - . �'� � � � � � ; - •� . � ' . . . - , } . �- . � ^ . r 4 ' � ' �_ s ; •� .+, ��'"�,, � � , -,.- � - -- - � �' I �--� f � y� . . : . . � � � - `� � •--r�� ,; ,�� � , r � � , _ � � - -�--: -�� ... , ,�,. ' , a I �+ �} _.�� � f�: _ _ '�#� n _ — - ' -- ._,,;: ��; -"_r�- � 'E��r. ' " �. _ �. �� � ` �>'`- , _ S �r-- - � � � �..�� � - "t TY �4��; _ . .. �. �r i�''Yr _ � � _ ��1� _ �Tqi � . t �; � � Y ;F ' 'i Y' �� {L� , 4 ` • .� � . ,,+� �� � � �s�4R« �,�I: � .�. ,� � • 4 ,,.,4 _ !� Y � � �� � � � . ' .�,�z _ ~� � � �. �r�,�. �... � � � � r O n � Z D 70 D � I � 0� O F, r+ � � � �C G O F, e-F 0 � Nd . D Z v v � , � N � 0 O W Appendix C- Boring Logs and Laboratory Results Gorrondona Engineering Services BORING NUMBER B'� 1 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/13/21 COMPLETED 1/13/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer to 20-feet, Rock Corinq 20- to 40-feet. INITIALLY ENCOUNTERED -- LOGGED BY N.L. CHECKED BY AFTER 15 MIN. -- NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL LEAN CLAY WITH SAND (CL) - Soft, dark brown. ST 1.00 21 46 20 26 77 FAT CLAY (CH) - Stiff to hard, brown and light brown, with calcareous nodules. ST 4.50+ 20 5 ST 4.50+ 18 ST 4.50+ 20 60 26 34 99 ST 2.50 19 10 ST 4.50+ 23 15 SS 10-18-25 43 20 WEATHERED SHALE - Gray, good to excellent TCP 48/6" quality. 50/5" 100 RC ��00) 25 TCP 50/3" 50/3" RC 9� (83) 30 SHALE - Gray, poor to good quality, with TCP 50/1" Limstone layers. 50/0.25" RC �$$� 9.9 133 13 35 TCP 50/0.75" 50/0" RC 29 �29) 40 Bottom of hole at 40.0 feet. TCP 50/0.25" 50/0" Gorrondona Engineering Services BORING NUMBER B'02 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/13/21 COMPLETED 1/14/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer to 15-feet, Rock Corinq 15- to 40-feet. INITIALLY ENCOUNTERED -- LOGGED BY N.L. CHECKED BY AFTER 15 MIN. -- NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) / FAT CLAY WITH SAND (CH) - Stiff to hard, dark brown, with calcareous ST 3.00 28 nodules. Brown and light brown below 2-feet. ST 4.50 15 68 26 42 84 5 ST 4.50+ 17 ST 4.50+ 17 56 24 32 98 ST 4.50 19 10 SS 16-28-32 13 60 15 SHALE - Gray, very poor to excellent quality, TCP 50/3" with Limestone layers. 50/1.5" RC �85� 3 20 TCP 50/0.25" 50/0" RC 37 ���) 25 TCP 50/0.5" 50/0" RC 55 (13) 30 TCP 50/0.5" 50/0.25" RC 62 (30) 35 TCP 50/0.5" 50/0.25" RC 75 (35) 40 Bottom of hole at 40.0 feet. TCP 50/0.25" 50/0" Gorrondona Engineering Services BORING NUMBER B'�3 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/14/21 COMPLETED 1/14/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer to 25-feet, Rock Corinq 25- to 40-feet. INITIALLY ENCOUNTERED -- LOGGED BY D.L. CHECKED BY AFTER 15 MIN. -- NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Stiff to hard, dark brown. ST 3.25 25 67 31 36 90 ST 4.50+ 11 5 ST 4.50+ 21 Brown and light brown below 6-feet. ST 4.50+ 19 ST 4.50+ 21 10 ST 4.50+ 20 59 27 32 98 15 ST 4.50+ 20 SHALE - Gray, very poor to fair quality, with Limestone layers. AU 25 TCP 50/3" 50/1.5" RC ��� 217.0 152 6 30 TCP 50/1" 50/0.5" RC � (0) 35 TCP 50/1.5" 50/1.25" RC 45 (0) 40 Bottom of hole at 40.0 feet. TCP 50/0.5" 50/0.25" Gorrondona Engineering Services BORING NUMBER B'04 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/15/21 COMPLETED 1/15/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED -- LOGGED BY A.B. CHECKED BY AFTER 15 MIN. -- NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL SANDY LEAN CLAY (CL) - Stiff to hard, brown and light brown, calcareous. ST 12 ST 3.00 16 34 19 15 57 5 ST 4.50+ 14 ST 18 FAT CLAY (CH) - Very stiff to hard, brown. ST 4.50+ 19 57 25 32 98 10 ST 3.75 23 15 WEATHERED SHALE - Gray. ST 15 20 ST 25 TCP 50/4" 50/3.5" AU 30 SHALE - Gray, with Limestone layers. TCP 50/2.5" 50/1.25" AU 35 TCP 50/1" 50/0.5" AU 40 Bottom of hole at 40.0 feet. TCP 50/1" 50/0.5" Gorrondona Engineering Services BORING NUMBER B'�rJ � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/15/21 COMPLETED 1/15/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY A.B. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) / SANDY FAT CLAY (CH) - Stiff to hard, dark brown, with calcareous ST 3.75 17 66 25 41 95 nodules. Brown and light brown below 2-feet. ST 4.50+ 22 5 ST 4.50+ 12 63 21 42 66 ST 4.50+ 16 ST 3.75 20 10 WEATHERED SHALE - Gray. AU 17 15 TCP 50/3" 50/3" SHALE - Gray, with Limestone layers. AU 20 TCP 50/0.25" 50/0" AU 25 TCP 50/0.25" 50/0" AU 30 TCP 50/0.25" 50/0" AU 35 Bottom of hole at 35.0 feet. TCP 50/0.5" 50/0" Gorrondona Engineering Services BORING NUMBER B'�6 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/14/21 COMPLETED 1/14/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY D.L. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Soft to hard, dark brown, with calcareous nodules. ST 1.25 27 64 27 37 92 ST 4.50+ 7 Brown and light brown below 4-feet. 5 ST 4.50+ 14 ST 19 53 23 30 91 ST 4.50+ 15 10 SHALE - Gray, with Limestone layers. AU 15 TCP 50/3" 50/1 " AU 20 TCP 50/1" 50/0.25" AU 21 25 TCP 50/0.75" 50/0" AU 30 Bottom of hole at 30.0 feet. TCP 50/1" 50/0.25" Gorrondona Engineering Services BORING NUMBER B'�% � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/19/21 COMPLETED 1/19/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Stiff to hard, dark brown, with calcareous nodules. ST 3.00 16 Brown and light brown below 2-feet. ST 4.50+ 12 52 19 33 94 5 ST 4.50+ 14 ST 4.50+ 16 58 21 37 98 ST 4.50+ 19 10 SHALE - Gray, with Limestone layers. ST 14 41 19 22 83 15 TCP 50/1" 50/1" AU 20 TCP 50/3" 50/2" AU 16 25 TCP 50/3" 50/1.5" AU 30 TCP 50/1.5" 50/0.75" AU 35 Bottom of hole at 35.0 feet. TCP 50/1" 50/0.75" Gorrondona Engineering Services BORING NUMBER B'O$ � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/18/21 COMPLETED 1/18/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Stiff to hard, dark brown, with calcareous nodules. ST 3.00 24 ST 3.00 12 50 17 32 91 5 Brown and light brown below 4-feet. ST 4.50+ 18 ST 4.50+ 22 53 22 31 98 ST 4.50+ 3.5 110 20 10 AU 17 15 WEATHERED SHALE - Gray. TCP 37/6" 31/6" AU 20 SHALE - Gray, with Limestone layers. TCP 50/1" 50/0.75" AU 25 TCP 50/1.5" 50/1" AU 30 TCP 50/2.25" 50/0.25" AU 35 Bottom of hole at 35.0 feet. TCP 50/2" 50/2" Gorrondona Engineering Services BORING NUMBER B'O9 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/19/21 COMPLETED 1/19/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer to 20-feet, Rock Corinq 20- to 35-feet. INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Stiff to hard, dark brown. With roots to 2-feet. ST 3.50 8 Brown and light brown below 2-feet. ST 2.50 14 52 18 34 94 5 ST 4.50+ 21 ST 4.50+ 22 50 20 30 99 ST 4.50+ 1.5 113 19 10 ST 4.50+ 22 54 22 32 98 15 WEATHERED SHALE - Gray, with clay seams. AU 14 20 TCP 50/3" 50/2" RC � (0) 25 TCP 28/6„ 50/4.5" RC 28 (10) 30 SHALE - Gray, with Limestone layers. TCP 50/1" 50/0.5" RC � (0) 35 Bottom of hole at 35.0 feet. TCP 50/1.5" 50/0.75" Gorrondona Engineering Services BORING NUMBER B'� 0 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/18/21 COMPLETED 1/18/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Very stiff, dark brown. ST 3.75 21 61 27 34 82 SANDY LEAN CLAY (CL) - Stiff to very stiff, ST 3.50 6 38 17 21 60 light brown, calcareous. 16-28-31 5 SS (59) 5 SS 20-12-16 $ �2$) FAT CLAY (CH) - Hard, brown. ST 4.50+ 18 51 17 34 91 10 ST 4.50+ 16 15 WEATHERED SHALE - Gray, with clay seams. TCP 40/6" 44/6" AU 20 TCP 41/6„ 43/6" AU 25 TCP 50/1.5" 50/1.25" AU 30 TCP 47/6„ 50/5.5" AU 35 Bottom of hole at 35.0 feet. TCP 50/1.75" 50/1" Gorrondona Engineering Services BORING NUMBER B' 1 � � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/19/21 COMPLETED 1/19/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL CLAYEY SAND (SC) / SANDY LEAN CLAY (CL) - Stiff to hard, brown and light brown, ST 4.00 18 37 19 18 24 calcareous, with sand pockets. ST 4.50+ 14 5 ST 4.50+ 18 40 21 19 24 SS 18-50/4" 6 AU 11 10 WEATHERED SHALE - Gray, with clay seams. TCP 38/6" 44/6" AU 15 48 17 31 96 15 TCP 50/4.5" 50/4" AU 20 TCP 47/6" �3 50/3.5" AU 25 SHALE - Gray, with Limestone layers. TCP 50/1" 50/0.25" AU 30 TCP 50/2.5" 50/2" AU 35 Bottom of hole at 35.0 feet. TCP 50/0.75" 50/0.25" Gorrondona Engineering Services BORING NUMBER B'�2 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/20/21 COMPLETED 1/20/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY A.B. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) / FAT CLAY WITH SAND (CH) - Soft to hard, dark brown. ST 1.75 28 70 27 43 93 ST 4.25 20 5 Brown and light brown below 4-feet. ST 4.50+ 15 50 17 31 88 ST 4.50+ .g 113 17 SS 16-12-18 14 30 10 ST 4.50+ 17 49 20 29 98 15 WEATHERED SHALE - Gray. ST 20 ST 17 25 SHALE - Gray, with Limestone layers. TCP 50/1.5" 50/1.5" AU 30 TCP 50/1.5" 50/1" AU 35 TCP 50/1" 50/1" AU 40 Bottom of hole at 40.0 feet. TCP 50/1.75" 50/1" Gorrondona Engineering Services BORING NUMBER B' 13 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/13/21 COMPLETED 1/13/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer to 15-feet, Rock Corinq 15- to 35-feet. INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Hard, dark brown. ST 4.50+ 26 64 24 40 90 ST 4.50+ 12 LEAN CLAY WITH SAND (CL) - Stiff to very stiff, light brown, calcareous. SS 2$-22-�3 14 5 �35) ST 4.50 20 41 19 22 81 FAT CLAY (CH) - Very stiff, brown. ST 4.50 4.0 113 20 10 ST 4.50+ 16 51 23 28 97 15 WEATHERED SHALE - Gray, fair quality. TCP 26/6" 50/4" RC ���� 15.8 140 12 20 TCP 50/4" 50/3.75" RC 56 (56) 25 SHALE - Gray, fair to excellent quality, with TCP 50/1.25" Limestone layers. 50/1.5" RC ��� � 7.2 124 16 30 TCP 50/1.25" 50/1.25" RC $$ �$$) 35 Bottom of hole at 35.0 feet. TCP 50/1" 50/1" Gorrondona Engineering Services BORING NUMBER B'�4 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/14/21 COMPLETED 1/14/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer to 10-feet, Rock Corinq 10- to 35-feet. INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL CLAYEY SAND (SC) / LEAN CLAY WITH SAND (CL) - Stiff to hard, brown and light ST 4.50+ 22 39 19 20 39 brown, calcareous, with sand pockets. ST 4.50+ 14 5 SS � 9(36)24 9 38 18 20 75 SS 32-18-12 22 (30) WEATHERED SHALE - Gray, fair to good quality. ST 16 49 23 26 98 10 TCP 50/4.5" 50/4" RC 15 TCP 50/4" 50/3.25" RC �80� 16.6 141 9 20 TCP 50/3" 50/5" RC 53 (53) 25 SHALE - Gray, poor to excellent quality, with TCP 50/1.25" Limestone layers. 50/1" RC �25� 7.3 124 16 30 TCP 50/1.5" 50/1" 100 RC �100) 35 Bottom of hole at 35.0 feet. TCP 50/1.75" 50/1.25" Gorrondona Engineering Services BORING NUMBER B'� rJ � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/18/21 COMPLETED 1/18/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL SANDY FAT CLAY (CH) - Very stiff, brown, with sand pockets. ST 4.25 30 65 26 39 56 SANDY LEAN CLAY (CL) - Stiff to hard, brown and light brown, calcareous, with sand pockets. ST 4.50+ 8 5 SS 31-25-20 9 (45) SS ��33� 4 15 44 17 27 56 WEATHERED SHALE - Gray. SS �-14-16 20 10 (30) TCP 47/6" 42/6" ST 18 15 TCP 49/6" 50/3.75" AU 20 TCP 45/6" 40/6" AU 25 SHALE - Gray, with Limestone layers. TCP 50/2.5" 50/0.5" AU 30 TCP 50/2" 50/2" AU 35 Bottom of hole at 35.0 feet. TCP 50/0.5" 50/0.5" Gorrondona Engineering Services BORING NUMBER B' 16 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/15/21 COMPLETED 1/15/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Stiff to hard, dark brown. With roots to 2-feet. ST 4.00 21 61 26 35 89 Brown and light brown below 2-feet. ST 4.50+ 14 5 SS 19-246-12 8 ST 4.50+ 19 60 26 34 98 SS 25-50/5" 9 10 SHALE - Gray, with Limestone layers. TCP 50/4" 50/2" AU 12 41 17 24 78 15 TCP 50/3" 50/1.5" AU 20 TCP 50/2" 50/1" AU 25 TCP 50/3" 50/2" AU 30 TCP 50/2.5" 50/2" AU 35 TCP 50/2" 50/1.5" AU 40 Bottom of hole at 40.0 feet. TCP 50/2" 50/1" Gorrondona Engineering Services BORING NUMBER B'�% � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/15/21 COMPLETED 1/15/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Stiff to hard, dark brown. ST 2.00 27 ST 4.50+ 18 65 22 43 93 5 ST 4.50+ 18 Brown and light brown below 6-feet. ST 4.50+ 16 59 23 36 90 ST 4.50+ 13 10 WEATHERED SHALE - Gray. AU 8 15 TCP 50/3" 50/3.25" AU 20 SHALE - Gray, with Limestone layers. TCP 50/2.75" 50/2.5" AU 25 TCP 50/2.5" 50/2" AU 30 TCP 50/2" 50/1.5" AU 35 TCP 50/3.5" 50/3.25" AU 40 Bottom of hole at 40.0 feet. TCP 50/3" 50/3" Gorrondona Engineering Services BORING NUMBER B'� $ � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/14/21 COMPLETED 1/15/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer to 20-feet, Rock Corinq 20- to 40-feet. INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL SANDY LEAN CLAY (CL) - Hard, brown and light brown, calcareous. ST 4.50+ 18 ST 4.50+ 11 42 18 24 69 5 ST 4.50+ 19 ST 4.50+ 14 31 20 11 51 ST 4.50+ 21 10 ST 4.50+ 4.3 124 10 15 WEATHERED SHALE - Gray, poor quality. SS 28-41- 50/5" 20 TCP 50/3.5" 50/3" RC �26� 4.9 140 15 25 SHALE - Gray, fair to excellent quality, with TCP 50/2" Limestone layers. 50/1.75" RC �95� 10.4 125 16 30 TCP 50/1.5" 50/1.5" 100 RC �100) 35 TCP 50/1" 50/1" RC 61 (61) 40 Bottom of hole at 40.0 feet. TCP 50/1" 50/1" Gorrondona Engineering Services BORING NUMBER DP'� 1 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/21/21 COMPLETED 1/21/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY WITH SAND (CH) - Very stiff to hard, dark brown, with calcareous nodules. ST 4.50 26 ST 4.50+ 14 60 24 36 84 Brown and light brown below 4-feet. 5 ST 4.50+ ST 4.50+ 13 ST 4.50+ 16 58 20 38 82 10 ST 4.25 17 15 SHALE - Gray, with Limestone layers. AU 20 TCP 50/1.5" 50/1" AU 25 tiottom ot hole at "Lb.0 teet. Gorrondona Engineering Services BORING NUMBER DP'�2 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/21/21 COMPLETED 1/21/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Stiff to hard, dark brown, with calcareous nodules. ST 4.25 30 67 27 40 87 ST 2.50 Brown and light brown below 4-feet. 5 ST 4.50+ 18 ST 4.50+ 19 55 18 37 86 ST 4.00 10 ST 4.50+ 20 15 ST 2.50+ 20 WEATHERED SHALE - Gray. SS 20-17-22 (39) 25 Bottom of hole at 25.0 feet. TCP 50/3" 50/1.75" Gorrondona Engineering Services BORING NUMBER DP'�3 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/21/21 COMPLETED 1/21/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Very stiff to hard, dark brown, with calcareous nodules. ST 4.50+ 14 ST 3.50 25 65 23 42 89 Brown and light brown below 4-feet. 5 ST 4.50+ ST 4.50+ 19 ST 4.50+ 20 57 26 31 98 10 ST 4.50+ 20 15 WEATHERED SHALE - Gray. �7_29_ SS 50/6" 20 TCP 50/4.5" 50/3.5" AU 25 Bottom of hole at 25.0 feet. T�P 50/4.5" 50/3.25" Gorrondona Engineering Services BORING NUMBER PB'� 1 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/22/21 COMPLETED 1/22/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— u� � a a � U a � Z 0.0 a LL FAT CLAY (CH) - Stiff to hard, dark brown, with calcareous nodules. ST 3.00 26 Brown and light brown below 2-feet. 2.5 ST 4.00 24 5.0 ST 4.50+ 17 ST 4.00 7.5 ST 3.50 10.0 Bottom of hole at 10.0 feet. Gorrondona Engineering Services BORING NUMBER PB'02 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/22/21 COMPLETED 1/22/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— u� � a a � U a � Z 0.0 a LL FAT CLAY (CH) - Stiff to hard, dark brown. ST 2.50 25 Brown and light brown below 2-feet. 2.5 ST 4.50 25 5.0 ST 4.50+ 13 ST 4.50+ 7.5 ST 4.50+ 10.0 Bottom of hole at 10.0 feet. Gorrondona Engineering Services BORING NUMBER PB'�3 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/22/21 COMPLETED 1/22/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— u� � a a � U a � Z 0.0 a LL FAT CLAY (CH) - Stiff to hard, dark brown, with calcareous nodules. ST 2.50 23 Brown and light brown below 2-feet. 2.5 ST 4.50+ 18 5.0 ST 4.50+ 19 ST 4.50+ 7.5 ST 4.00 10.0 Bottom of hole at 10.0 feet. Gorrondona Engineering Services BORING NUMBER PB'04 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/22/21 COMPLETED 1/22/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— u� � a a � U a � Z 0.0 a LL FAT CLAY (CH) - Stiff to hard, dark brown, with calcareous nodules and gravel. ST 4.00 13 Brown and light brown below 2-feet. 2.5 SS 20-6-� 16 (13) 5.0 ST 4.50+ 12 25-30-31 7.5 SS (61) SS 29-50/5" 10.0 Bottom of hole at 10.0 feet. Gorrondona Engineering Services BORING NUMBER PB'�rJ � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/22/21 COMPLETED 1/22/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— u� � a a � U a � Z 0.0 a LL FAT CLAY (CH) - Very stiff to hard, dark brown, with calcareous nodules. ST 3.50 35 2.5 ST 3.50 23 Brown and light brown below 4-feet. 5.0 ST 3.50 24 ST 4.50+ 7.5 ST 4.50 10.0 Bottom of hole at 10.0 feet. Gorrondona Engineering Services BORING NUMBER RW'0 1 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/22/21 COMPLETED 1/22/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL LEAN CLAY (CL) / LEAN CLAY WITH SAND (CL) - Very stiff to hard, brown and light brown, ST 4.00 22 calcareous. ST 4.00 16 5 ST 4.50+ 12 50 18 29 97 FAT CLAY (CH) - Hard, brown and light brown. ST 4.50+ 4.0 121 15 ST 4.50+ 19 10 ST 4.50+ 19 55 21 34 98 15 SHALE - Gray, with Limestone layers. AU 20 TCP 50/1" 50/0.5" AU 25 TCP 50/3" 50/1" AU 30 TCP 50/1.5" 50/0.5" AU 35 Bottom of hole at 35.0 feet. TCP 50/1.5" 50/0.5" Gorrondona Engineering Services BORING NUMBER RW'OZ � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/21/21 COMPLETED 1/21/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Stiff to hard, dark brown, with calcareous nodules. ST 2.50 28 ST 2.75 28 66 21 45 93 5 Brown and light brown below 4-feet. ST 4.50+ 19 ST 4.50+ 14 ST 4.00 14 10 ST 4.50+ 17 52 21 31 95 15 SHALE - Gray, with Limestone layers. AU 20 TCP 50/2" 50/2.5" AU 25 TCP 50/3" 50/1.75" AU 30 TCP 50/2" 50/1.5" AU 35 Bottom of hole at 35.0 feet. TCP 50/1.5" 50/1.25" Gorrondona Engineering Services BORING NUMBER RW'03 � 4641 Kennedy Commerce Drive, Houston, TX 77032 Telephone: 281-469-3347; Fax: 281-469.3594 PAGE 1 OF 1 CLIENT Lovett Industrial PROJECT NAME Alliance Westport Business Park PROJECT NUMBER 21-0001 PROJECT LOCATION Fort Worth, Texas DATE STARTED 1/22/21 COMPLETED 1/22/21 GROUND ELEVATION HOLE SIZE CONTRACTOR Core Co. GROUND WATER LEVELS: METHOD Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY S.S. CHECKED BY A.S. AFTER 15 MIN. Not Encountered NOTES AFTER -- ATTERBERG � W o z a� ^ •�, � w o LIMITS w � � --- � �,-. =c� ~m wo �z� �w Q^ N� •�a �—� �z c� � z W� Q p MATERIAL DESCRIPTION a g o� ��� Y�� v a a, �� N� a�� �� H� V w �� 0 � �Z U mOZ U O ow' U m � Oz C1� Q� c~nz w Q W O V� � �O � � Q— 0 � � a a � U a � Z a LL FAT CLAY (CH) - Stiff to hard, dark brown, with calcareous nodules. ST 3.50 25 LEAN CLAY (CL) / LEAN CLAY WITH SAND (CL) - Very stiff to hard, brown and light brown, ST 3.75 15 46 17 29 80 calcareous. 5 ST 3.50 12 ST 9 SS 14-50/3" 18 47 20 27 94 10 WEATHERED SHALE - Gray. AU 16 45 18 27 89 15 TCP 50/5" 50/4" AU 20 TCP 50/4.5" 50/3.5" AU 25 SHALE - Gray, with Limestone layers. TCP 50/4" 50/4" AU 30 TCP 50/2.5" 50/1" AU 35 Bottom of hole at 35.0 feet. TCP 50/3" 50/1.5" ABSORPTION SWELL TEST (ASTM D4546) RESULTS Boring No. B-01 B-02 B-02 B-03 B-03 B-04 Average Sample Depth (ft) 1 3 7 1 14 3 Sample Height (in) 0.8 0.8 0.8 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 3.93 Initial Sample Weight (gr) 129.0 131.0 131.0 119.0 129.0 131.0 Initial Moisture (%) 21 15 17 27 20 16 Final Moisture (%) 24 23 25 31 23 20 Initial Wet Unit Weight (pcf) 125 127 127 115 125 127 Initial Dry Unit Weight (pcf) 104 111 108 91 105 110 Applied Over Burden (psi) 0.8 2.4 5.7 0.8 10.2 2.3 Initial Dial Reading (in) 0.048 0.0463 0.0455 0.0499 0.0742 0.0403 Final Dial Reading (in) 0.0579 0.0938 0.0775 0.0524 0.0832 0.04 Swell (%) 1.24 5.94 4.00 0.31 1.13 0.00 Project No.: 21-0001 ABSORPTION SWELL TEST (ASTM D4546) RESULTS Boring No. B-04 B-05 B-06 B-06 B-07 B-07 Average Sample Depth (ft) 9 1 1 7 3 7 Sample Height (in) 0.8 0.8 0.8 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 3.93 Initial Sample Weight (gr) 135.0 133.0 129.0 129.0 139.0 138.0 Initial Moisture (%) 20 17 27 19 12 16 Final Moisture (%) 26 26 31 25 -- - Initial Wet Unit Weight (pcf) 131 129 117 125 135 134 Initial Dry Unit Weight (pcf) 109 111 93 105 120 115 Applied Over Burden (psi) 7.1 0.8 0.8 5.6 2.3 5.6 Initial Dial Reading (in) 0.0297 0.0584 0.0217 0.0085 0.0057 0.0433 Final Dial Reading (in) 0.048 0.11 0.026 0.0094 0.0801 0.0754 Swell (%) 2.29 6.45 0.54 0.11 9.30 4.01 Project No.: 21-0001 ABSORPTION SWELL TEST (ASTM D4546) RESULTS Boring No. B-07 B-08 B-08 B-09 B-09 B-09 Average Sample Depth (ft) 14 3 7 3 7 14 Sample Height (in) 0.8 0.8 0.8 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 3.93 Initial Sample Weight (gr) 136.0 140.0 136.0 135.0 135.0 137.0 Initial Moisture (%) 14 11 21 15 21 22 Final Moisture (%) -- -- -- -- -- -- Initial Wet Unit Weight (pcf) 132 136 132 131 131 133 Initial Dry Unit Weight (pcf) 116 122 109 114 108 109 Applied Over Burden (psi) 10.2 2.3 5.5 2.4 5.7 10.2 Initial Dial Reading (in) 0.0106 0.0102 0.171 0.0436 0.0241 0.021 Final Dial Reading (in) 0.0131 0.0469 0.179 0.0717 0.0272 0.0302 Swell (%) 0.31 4.59 1.00 3.51 0.39 1.15 Project No.: 21-0001 ABSORPTION SWELL TEST (ASTM D4546) RESULTS Boring No. B-10 B-11 B-12 B-12 B-13 B-13 Average Sample Depth (ft) 9 1 1 5 1 7 Sample Height (in) 0.8 0.8 0.8 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 3.93 Initial Sample Weight (gr) 140.0 131.6 119.0 133.0 119.0 133.0 Initial Moisture (%) 18 18 28 16 25 21 Final Moisture (%) -- -- -- -- -- -- Initial Wet Unit Weight (pcf) 136 128 115 129 115 129 Initial Dry Unit Weight (pcf) 115 108 90 111 92 107 Applied Over Burden (psi) 7.1 0.8 0.8 4.1 0.8 5.6 Initial Dial Reading (in) 0.0222 0.007 0.0403 0.0027 0.0801 0.007 Final Dial Reading (in) 0.0315 0.022 0.045 0.0074 0.0818 0.0106 Swell (%) 1.16 1.88 0.59 0.59 0.21 0.45 Project No.: 21-0001 ABSORPTION SWELL TEST (ASTM D4546) RESULTS Boring No. B-14 B-14 B-16 B-16 B-17 B-17 Average Sample Depth (ft) 1 9 1 6 3 7 Sample Height (in) 0.8 0.8 0.8 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 3.93 Initial Sample Weight (gr) 113.5 136.9 180.3 133.9 122.0 137.5 Initial Moisture (%) 23 15 21 20 18 16 Final Moisture (%) -- -- -- -- -- -- Initial Wet Unit Weight (pcf) 110 133 175 130 118 133 Initial Dry Unit Weight (pcf) 90 115 145 108 100 115 Applied Over Burden (psi) 0.8 7.0 0.8 4.1 2.4 5.7 Initial Dial Reading (in) 0.0001 0.0031 0.0387 0.0284 0.0443 0.0011 Final Dial Reading (in) 0.0074 0.0031 0.0483 0.056 0.0646 0.0329 Swell (%) 0.91 0.00 1.20 3.45 2.54 3.98 Project No.: 21-0001 �G�rrondan�� �=i,,,,i,i,�rr�n.: ticr�.�i�.,. li:�. Laboratory Sulfate Content (TX-145-E) Project Name Alliance Westport Business Park Project No. Boring No. B-01 Dilution Ratio 1,20 Dilution Ratio 1,20 Dilution Ratio Used Used Used average Reading 34.0 Average Reading 35.0 Average Reading Sulfate Content 680 Sulfate Content 700 Sulfate Content Average Sulfate Content: 680 ppm Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content B-01 1:60 Dilution Ratio 1:60 Dilution Ratio Used Used 88.0 Average Reading 84.0 Average Readin� 5280 Sulfate Content 5040 Sulfate Content Average Sulfate Content: 5200 ppm B-02 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 33.0 Average Reading 31.0 Average Readin� 660 Sulfate Content 620 Sulfate Content Average Sulfate Content: 647 ppm B-02 1:400 Dilution Ratio 1:400 Dilution Ratio Used Used > 40000 Average Reading > 40000 Average Readin� > 40000 Sulfate Content > 40000 Sulfate Content Average Sulfate Content: > 40000 ppm B-03 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 33.0 Average Reading 33.0 Average Readin� 660 Sulfate Content 660 Sulfate Content Average Sulfate Content: 673 ppm B-03 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 40.0 Average Reading 39.0 Average Readin� 800 Sulfate Content 780 Sulfate Content Average Sulfate Content: 793 ppm 21-0001 Sample Depth (ft.) 1:20 33.0 660 Sample Depth (ft.) 1:60 80.0 5280 Sample Depth (ft.) 1:20 33.0 660 Sample Depth (ft.) 1:400 > 40000 > 40000 Sample Depth (ft.) 1:20 35.0 700 Sample Depth (ft.) 1:20 40.0 800 Date 2/1/2021 0-2 6-8 2-4 6-8 0-2 13-15 �G�rrondan�� �=i,,,,i,i,�rr�n.: ticr�.�i�.,. li:�. Laboratory Sulfate Content (TX-145-E) Project Name Alliance Westport Business Park Project No. Boring No. B-04 Dilution Ratio 1,20 Dilution Ratio 1,20 Dilution Ratio Used Used Used average Reading 32.0 Average Reading 27.0 Average Reading Sulfate Content 640 Sulfate Content 540 Sulfate Content Average Sulfate Content: 647 ppm Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content B-04 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 48.0 Average Reading 51.0 Average Readin� 960 Sulfate Content 1020 Sulfate Content Average Sulfate Content: 967 ppm B-OS 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 34.0 Average Reading 36.0 Average Readin� 680 Sulfate Content 720 Sulfate Content Average Sulfate Content: 700 ppm B-OS 1:200 Dilution Ratio 1:200 Dilution Ratio Used Used 70.0 Average Reading 83.0 Average Readin� 14000.0 Sulfate Content 16600.0 Sulfate Content Average Sulfate Content: 15667 ppm B-06 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 36.0 Average Reading 45.0 Average Readin� 720 Sulfate Content 900 Sulfate Content Average Sulfate Content: 787 ppm B-06 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 42.0 Average Reading 40.0 Average Readin� 840 Sulfate Content 800 Sulfate Content Average Sulfate Content: 1160 ppm 21-0001 Sample Depth (ft.) 1:20 38.0 760 Sample Depth (ft.) 1:20 46.0 920 Sample Depth (ft.) 1:20 35.0 700 Sample Depth (ft.) 1:200 82.0 16400 Sample Depth (ft.) 1:20 37.0 740 Sample Depth (ft.) 1:20 92.0 1840 Date 2/1/2021 2-4 8-10 0-2 C�d 0-2 6-8 �G�rrondan�� �=i,,,,i,i,�rr�n.: ticr�.�i�.,. li:�. Laboratory Sulfate Content (TX-145-E) Project Name Alliance Westport Business Park Project No. Boring No. B-07 Dilution Ratio 1,20 Dilution Ratio 1,20 Dilution Ratio Used Used Used average Reading 42.0 Average Reading 41.0 Average Reading Sulfate Content 840 Sulfate Content 820 Sulfate Content Average Sulfate Content: 833 ppm Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content B-07 1:200 Dilution Ratio 1:200 Dilution Ratio Used Used 80.0 Average Reading 75.0 Average Readin� 16000 Sulfate Content 15000 Sulfate Content Average Sulfate Content: 16600 ppm B-07 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 44.0 Average Reading 45.0 Average Readin� 880 Sulfate Content 900 Sulfate Content Average Sulfate Content: 900 ppm B-08 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 40.0 Average Reading 40.0 Average Readin� 800 Sulfate Content 800 Sulfate Content Average Sulfate Content: 800 ppm B-08 1:40 Dilution Ratio 1,20 Dilution Ratio Used Used 89.0 Average Reading 78.0 Average Readin� 3560 Sulfate Content 1560 Sulfate Content Average Sulfate Content: 2200 ppm B-09 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 34.0 Average Reading 34.0 Average Readin� 680 Sulfate Content 680 Sulfate Content Average Sulfate Content: 680 ppm 21-0001 Sample Depth (ft.) 1:20 42.0 840 Sample Depth (ft.) 1:200 94.0 18800 Sample Depth (ft.) 1:20 46.0 920 Sample Depth (ft.) 1:20 40.0 800 Sample Depth (ft.) 1:20 74.0 1480 Sample Depth (ft.) 1:20 34.0 680 Date 2/1/2021 2-4 8-10 13-15 2-4 6-8 2-4 �G�rrondan�� �=i,,,,i,i,�rr�n.: ticr�.�i�.,. li:�. Laboratory Sulfate Content (TX-145-E) Project Name Alliance Westport Business Park Project No. Boring No. B-09 Dilution Ratio 1,20 Dilution Ratio 1,20 Dilution Ratio Used Used Used average Reading 59.0 Average Reading 61.0 Average Reading Sulfate Content 1180 Sulfate Content 1220 Sulfate Content Average Sulfate Content: 1220 ppm Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content B-09 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 45.0 Average Reading 41.0 Average Readin� 900 Sulfate Content 820 Sulfate Content Average Sulfate Content: 867 ppm B-10 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 33.0 Average Reading 35.0 Average Readin� 660 Sulfate Content 700 Sulfate Content Average Sulfate Content: 667 ppm B-10 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 36.0 Average Reading 36.0 Average Readin� 720 Sulfate Content 720 Sulfate Content Average Sulfate Content: 733 ppm B-11 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 39.0 Average Reading 35.0 Average Readin� 780 Sulfate Content 700 Sulfate Content Average Sulfate Content: 727 ppm B-11 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 35.0 Average Reading 36.0 Average Readin� 700 Sulfate Content 720 Sulfate Content Average Sulfate Content: 707 ppm 21-0001 Sample Depth (ft.) 1:20 63.0 1260 Sample Depth (ft.) 1:20 44.0 880 Sample Depth (ft.) 1:20 32.0 640 Sample Depth (ft.) 1:20 38.0 760 Sample Depth (ft.) 1:20 35.0 700 Sample Depth (ft.) 1:20 35.0 700 Date 2/1/2021 6-8 13-15 0-2 8-10 0-2 C�d �G�rrondan�� �=i,,,,i,i,�rr�n.: ticr�.�i�.,. li:�. Laboratory Sulfate Content (TX-145-E) Project Name Alliance Westport Business Park Project No. Boring No. B-12 Dilution Ratio 1,20 Dilution Ratio 1,20 Dilution Ratio Used Used Used average Reading 37.0 Average Reading 38.0 Average Reading Sulfate Content 740 Sulfate Content 760 Sulfate Content Average Sulfate Content: 747 ppm Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content B-12 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 37.0 Average Reading 35.0 Average Readin� 740 Sulfate Content 700 Sulfate Content Average Sulfate Content: 740 ppm B-12 1:40 Dilution Ratio 1:40 Dilution Ratio Used Used 74.0 Average Reading 76.0 Average Readin� 2960 Sulfate Content 3040 Sulfate Content Average Sulfate Content: 3147 ppm B-13 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 38.0 Average Reading 38.0 Average Readin� 760 Sulfate Content 760 Sulfate Content Average Sulfate Content: 753 ppm B-13 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 60.0 Average Reading 63.0 Average Readin� 1200 Sulfate Content 1260 Sulfate Content Average Sulfate Content: 1247 ppm B-13 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 49.0 Average Reading 49.0 Average Readin� 980 Sulfate Content 980 Sulfate Content Average Sulfate Content: 940 ppm 21-0001 Sample Depth (ft.) 1:20 37.0 740 Sample Depth (ft.) 1:20 39.0 780 Sample Depth (ft.) 1:40 86.0 3440 Sample Depth (ft.) 1:20 37.0 740 Sample Depth (ft.) 1:20 64.0 1280 Sample Depth (ft.) 1:20 43.0 860 Date 2/1/2021 0-2 2-4 C�d 0-2 6-8 13-15 �G�rrondan�� �=i,,,,i,i,�rr�n.: ticr�.�i�.,. li:�. Laboratory Sulfate Content (TX-145-E) Project Name Alliance Westport Business Park Project No. Boring No. B-14 Dilution Ratio 1,20 Dilution Ratio 1,20 Dilution Ratio Used Used Used average Reading 34.0 Average Reading 34.0 Average Reading Sulfate Content 680 Sulfate Content 680 Sulfate Content Average Sulfate Content: 680 ppm Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content B-14 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 35.0 Average Reading 35.0 Average Readin� 700 Sulfate Content 700 Sulfate Content Average Sulfate Content: 733 ppm B-15 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 36.0 Average Reading 34.0 Average Readin� 720 Sulfate Content 680 Sulfate Content Average Sulfate Content: 693 ppm B-15 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 33.0 Average Reading 33.0 Average Readin� 660 Sulfate Content 660 Sulfate Content Average Sulfate Content: 707 ppm B-16 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 33.0 Average Reading 33.0 Average Readin� 660 Sulfate Content 660 Sulfate Content Average Sulfate Content: 667 ppm B-16 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 51.0 Average Reading 53.0 Average Readin� 1020 Sulfate Content 1060 Sulfate Content Average Sulfate Content: 1113 ppm 21-0001 Sample Depth (ft.) 1:20 34.0 680 Sample Depth (ft.) 1:20 40.0 800 Sample Depth (ft.) 1:20 34.0 680 Sample Depth (ft.) 1:20 40.0 800 Sample Depth (ft.) 1:20 34.0 680 Sample Depth (ft.) 1:20 63.0 1260 Date 2/1/2021 0-2 4-6 0-2 6-8 0-2 5-7 �G�rrondan�� �=i,,,,i,i,�rr�n.: ticr�.�i�.,. li:�. Laboratory Sulfate Content (TX-145-E) Project Name Alliance Westport Business Park Project No. Boring No. B-17 Dilution Ratio 1,20 Dilution Ratio 1,20 Dilution Ratio Used Used Used average Reading 85.0 Average Reading 96.0 Average Reading Sulfate Content 1700 Sulfate Content 1920 Sulfate Content Average Sulfate Content: 1753 ppm Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used average Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content Boring No. Dilution Ratio Used �verage Reading Sulfate Content B-18 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 33.0 Average Reading 35.0 Average Readin� 660 Sulfate Content 700 Sulfate Content Average Sulfate Content: 687 ppm B-18 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 60.0 Average Reading 53.0 Average Readin� 1200 Sulfate Content 1060 Sulfate Content Average Sulfate Content: 1193 ppm DP-27 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 36.0 Average Reading 37.0 Average Readin� 720 Sulfate Content 740 Sulfate Content Average Sulfate Content: 727 ppm DP-27 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 31.0 Average Reading 47.0 Average Readin� 620 Sulfate Content 940 Sulfate Content Average Sulfate Content: 753 ppm DP-28 1:20 Dilution Ratio 1,20 Dilution Ratio Used Used 42.0 Average Reading 41.0 Average Readin� 840 Sulfate Content 820 Sulfate Content Average Sulfate Content: 847 ppm 21-0001 Sample Depth (ft.) 1:20 82.0 1640 Sample Depth (ft.) 1:20 35.0 700 Sample Depth (ft.) 1:20 66.0 1320 Sample Depth (ft.) 1:20 36.0 720 Sample Depth (ft.) 1:20 35.0 700 Sample Depth (ft.) 1:20 44.0 880 Date 2/1/2021 6-8 2-4 6-8 2-4 8-10 0-2 � C�orrnndar��t � , ��":`��" `;`�`"`� :� • Laboratory Sulfate Content (TX-145-E) Project Name Alliance Westport Business Park Project No. Boring No. DP-28 Dilution Ratio 1:20 Dilution Ratio 1:20 Dilution Ratio Used Used Used Average Reading 40.0 Average Reading 40.0 Average Reading Sulfate Content 800 Sulfate Content 800 Sulfate Content Average Sulfate Content: 800 ppm Boring No. Dilution Ratio Used Average Reading Sulfate Content Boring No. Dilution Ratio Used Average Reading Sulfate Content DP-29 1:20 Dilution Ratio 1.20 Dilution Ratio Used Used 35.0 Average Reading 34.0 Average Readin� 700 Sulfate Content 680 Sulfate Content Average Sulfate Content: 693 ppm DP-29 1:20 Dilution Ratio 1:20 Dilution Ratio Used Used 55.0 Average Reading 54.0 Average Readin� 1100 Sulfate Content 1080 Sulfate Content Average Sulfate Content: 1133 ppm 21-0001 Sample Depth (ft.) 1:20 40.0 800 Sample Depth (ft.) 1:20 35.0 700 Sample Depth (ft.) 1:20 61.0 1220 Date 2/1/2021 6-8 2-4 8-10 Appendix D - Aerial Photographs G� m N � � 0 �� � z 0 N � 0 0 0 N D v' � � ro � N e--r � 0 � i N �• (D � N � m � - �. f i � s � � ,6%d � Z e. _ _ -- — . . �. �� � A'�.y' ' - - _ --- 1� � i -�� � -���, - �� - _ -- - _ �' �! , � � .� �-,,: . _� _ � - . . � - - -��;��''�+� - _ - � I � . _ r -- ,�.,,;;. _ � - � �� i ;��r - � /•: ;F `X ' � � A _ �� � . ^_ .�� . , t � � . . �- � � . _ �� '. .. . ,�;';t ` � I .� �� ' =r ,� ... ��..w.....�-�-.._ ��L�f.� '+�� .i�"��:� ,Y:� � �. ���� . ��i�; f . .�,'y�.T , ;= ��:� � .� , �., " .� I � i '�, 1' y. _ � . ��� �w�� � _ ti � �' S: � " • ` - � � �. . r � ° - -•'— ' . :!. � y1. , _ _ '� - r` �, . y � . -,..t � � �� y ;"'� .�''�r r,�.� � . . '�r� ' �� � � =�' � '` ti �,t .,.i . + +!` + � r ., . �ir Q , k. ,.�,�; _ ,��i. ,ly,�, � , . _ _ _ . � ;� � . �,,..�..�w� . .___�:����+- -� ;: .� � . _ : - . :�� :��� .�. ♦.;= . , �-�s . . s _'� -' - � ' , � ' �,'�-� t . � ��', �� � � ; -�. r� �, V y� rt- � - . � �' . x .,,, . � ":� ti .- . �, r • t� � • � �` S `*c #� � -p�'' _ r . � ���A - � �� � -- • �� IF �°} r .. 1 r- . * , •.�^+'' . r`�' - . _ � �� dd �": i !• � • .:�; ,aa� • :' •. ''. ti� ' . . - � �j��-�' : �: � ` �k` i ? �.' "y ' :f -a �" � - �'r-{ ry •;• r ' 1 � . • ' ' � y � _• � _. ►.r . "�� � ' � . _ � t' • '��7s , '•t�f .�� � ' " � �i��� Z '�- � �' ``•�' �' � �� � + � � - �, -. .. . :y'�1'� i' �+• .+ .- • � � �, J� '_, ^; -• y � �• - ` �C � •. �� i� � .. ' �� �� ��..'�' - +��' ti� � . . . y �� ' � � - � .. � jk-' � - .i+r .-�_ �� - r ' �. %+ � . �' � � ` � �r � ��'�� y� ,� , � ��'f � � , i .� - T _ _ � _ "�-• ti• . ._ .7L �f - ! i �.y �r. _ � � � .�.a� ' �-,�.t;p- � . �'��i �� + �` { .'1 I �' - �9�� ~� . .r{ � �' ` ,�. �� � ���. r �•~� � S � f . , �' *� � -.��� C, - 1�� � �I ._� � i : �. �a m 70 D � _ � YI � V _ � N O � � C rr V Z � O fD n r�r L O ti � C C C H � v � c� rD � � � � � 0 � �, Q � � � � � � z m � � � � D � 7 C � � � �l D a 7 C � � � n G� m N � � � (D n z 0 N � 0 � � I-� D v' � � ro � � � O � i N � � � � � m � . .: : � � � Z +�a. ■ ■� � � . , � �f �r-�---r��_ � - - - � �; ���i � . �, n • �:. — - _ � , x - -�c-..�. _c_�� ` i." ''� �k r��: . _ -�^�-# - � - _--�- - '� ' � � � � -- � � _ Y�`� _ _ -_�� � ' ,�„ _�.`���..�� � }� x I� � ._ ` r�, r r=. _ F� - • • . •�r ,'i.��k'y- . . ' - • - • � � '�. � + ' �.'. t� � � �� � r . i � �5i�!��2 �r` � • � , � r � 7_ ' + r . - _... � ., ' L ��r� 'r � rS••�w�' -h�. —.�,-, --- - �----� �= . � • ' %'�,�, ' +i."' �i �� .. '+ `+� � • ' '`-�"_:��� f '�`•�:.. � f.. 1,:�'. y. • � ,r� v. • 'i+� � � ` _ � �►� . y � q '=t f a4+ +� � •• 'j. ' i . ��li ■ 4 rr j1y, y • � � . . ��:; . :=� � • ..� . : ��`� • � ' ���.:, . ,�r' y'': '+ -• - - �_ ---" r -. i iw . :�'� ��� i -� : � . . • _"�_ ■ R ' ' � ;`�• _ r� . . �: � � � i . �y � . .. � ; '�� ; . � �� � . .: . _ . _ , . . ' ' _ � �''�' � . 1� { .T.. 4� - .. . • � #�'� N 's . 3 � a . . . . '� , ' , • ��• �• • � � ` _*� _' •* • � • ~� • • -� � � ` r� m - . .. � - �� . � •. :y#��� ��s a , _. "" Pta ' � - • ♦ � �� r _ . ' :t, � �-ti� � � �o, ... �,�. .��� �y . . • � ♦ � • �� + 1 � a . ' _' � ��..��. . •�'. , s���i � '�' -� • - � . .� . _, - � . . Z �, �:.�e'�l�l .�i� � r.• . �+r�ii� �. � . -x a+ iY�'#Fs-1 �' r 7�;er .: � • • - . � ^�� • -' ���+'lJ' j �'�,. r �� "'+ . � ��, :� � �. � ' ,,��;:..�.- ,��� � �:�i___. � _ _ _ r• _•+�- � � . w •r�w��• � * � �:� � � .� :.�,�' _�j��� ��� -�,yy� M �^w� t�t� m 70 D � _ � ui � � 2 � N O N N G� m N � � O fD n z 0 N F-� O O O � D v' � � ro � � � O � � N � (D � N � m � 1 i�V�,,. � � . _ '► � . . .. . ' � �..' •�_ � � / �. �y.� � i .� 1� � i/+� 41� . . ����� • . ��r�r*�� • . ■ � e �1�tl�1 * _. �} . , w�� � � � �� 1 ! irM�w+�� � �F� ���~' � Ces�I�['*� �� ' � • . � � � . �. V , � . �s.,,r� . �. � , �, ' f . �. r " 4 � � � �Z . . �� �• � r;�F + ■-`, -� i � �� � � . . 2 . _ , = � . �. �.�. - - - - ` . +,,� ' _�r '��r -- _ '�` -�--�� ;�;,,,��� ;i►t � � �,` 4 ' `� � �: - � - � ' t'. ,�� "s'�t,_ . R _ , • � + . r�� ;!' ' �• � _`"� • -F -���. � , +��� r ` . . _ N,� y ` � � '*wr.r � - � . . .. . �. }. , , �. . � . .. '\ . L� , ' L `� i ' �� y ..• - . � � � y..' . �� F . .� �� � �� , � � ■ r• � rr _ �. �I . �� � * � � � � � '' , . � + • , � ' ' � Q � TI�' • M � . . � � . � ; .� • r# �, '� � * � �� + � � i� - r ' . ' .� . . .,� � - . . � , . �.,�". L � � • ; �- �, � ' �' • S . � • yy • 1 ' � . ,y� a• � r� a` �* � � i�� �:.ti ; .. �� � �r• '�'� ��; .� .. � . ; �: � * � � � ��•� " f � ~ R • . . a � � #_ �►r � :r� i � ' �. � �• � ,,.. �` . r � �' . . . -. ., . . • • ■ • •t��i �I _ , � �. . .t ' . a.-•. � . -.•ri.� �'. . . ' �' .� _ ._ , ` .. _. — • _......- — -- — — - _ _ .. . s # " +. �• � ! T, _ - � �s'" ,—~� '� ► I � K � � . • *'$�Y� � ' , . . w I� - •��� , � � � - —� �� ,- �� K � !' � � • � I� � • � i� I . � • • _�_ a . � � . � � a _ -�' N m 70 D � 2 O ui � � _ � N O � � G� m N � � O fD� n r�r z � N F-� O O � N D v' � n � � N r-r � 0 � � N �• � � � � m � s - -. �; - .- :�- � � � �a � Z m '+ �; . . ��;y�t . �:��.� s�-;�.,..�..- � ' =; ��� - - { - �� , � �=- � � :. '� � r' � ' � • 9G • -_ . �. - -' ' _ � T'� � 1 � "y. +:. � _'-_' M1�'� - v�� _�.... �y_s ;�. 1 r�' � . •�/�.- � '� ��•�+r-. w ��-� ._ - -` iy' 1 .f '_i� ` r�� _� ���'� 4.�� •; �r' • ��r :�. �:.s_ . ._ �'� �� - � i �x ^� � �-: .. . �_ s, ;� ,,,. � +� A�:� • �' �A•. a± �dr . f ' I� ���•_ � f .�� •4 -/. � + .` . , ��"- :'� �`.— �e , ��.� . . . _ : �.'°��� , { I , - � z'�r; ,N :�:� ;�� � 'n'- • � . y,�l�';,�y'� • 's, • -� �•F-� � } 99:� 4}r! � ... � . �'i � �� ef '�j" _ � _ .�'!: � � -.1� ���,y�� ( `� �e A I , ��- � , � j' � i • a - � 'S' '°`` ��� � � �. ��' � r "-� . r � � �..I • � mjp � + , ,r. �s I � 1•� -y. . �. � ,.. q ' + . � ,� r � a rr �•-;�, � .:«� , � . _ - ,� ' y ' T � � �_ ��; . .-w . , �r�. .: � ,�.F _� �; .. � [ ' �' • �1' �'. - � . Ly , . '. . _� ' •i . ��` � ) . . -' � ��� ' y _ � �� � .Jr �- r�,�Y'• J� `: -r • A � y ` � ,�r ;,-, '.�_.... '� �r _ . , '� ,,i . �� . Y .. _ L . `� . . . �r� � , � ' � • r. ��' . � . � ,� '� - + ; �.. �y , � � '�3 � ,r , Lh , r; i � '�� 4 �' ` � �• 4, • -`� n,+ �'� +,t -, � .- �. �;.: � � � ��_ i � .� . ��, � tiA . �� �, �_ _ . .. �� '!�R � . , ♦ ' ` � F • '�y. _ _ . �'� _ :,� .. y ,t � , �_' . .. � .� - - �' � -i .: • 'L, a t. • ���� F •' i � � ,:i . , . :r . .. r_ , , , . . �. r� �'� .r i1'- '� F '�y � � . �.: ,� ; '� �.= a� ,� •i; , ��.� � � , r���y ,' '. '.:� � ' �. 3 0����'�;�;i4N'�� �; 1�� ;Y.' ,'T::,k' ' �- � _ �_� '�.,�,'���.. _ Y � � r 44 �•. ! f �iir�f� �- 1 iw.f-'� � _ -�' . � _ � . . AE� �� � Y '� r�i a �•_r.. . ' �'*� � + � _ .. _ �'��r ` �" � r1� + � ' ,,, - '�f � +... , � ; � �i. �. . � il , � ' _ -� �r.� e.[4t�x1Y :� .a�• _���� in$��- R� F�y " _ i� + ' ."+�:-'- R'� • 1y , ii jp - S� ._ � r� y+i.. _ !�r =r� ;�-;,� ��t-� � m 70 D � 2 � Yl � � _ N O O (J7 : A ..� � '� �u�' � �-_� `w-� a. ____ -- � ' . _+M.. .t ... � 4 � � - �� Y}} , e , Y 1_ �.1 � G� m N � O �� � � z 0 N F-� � � � � D Q7 � C1 fD G � N e--r � 0 � � � N � (D � N � � � :v �� r � . . �� � �_ •� - ` �:. y _ � �: ' . �i � � - .,� - - _ ��'--�- -. �. _. ...�� �--- �� � . -' �6� � , _ ��„� � . • i = � �IR. [ � • � `r� ' . �� ;,� : 1 1.. '"5 • . - � -�i ��� " . ►r � 1� ' ���i .� L � " � � " . _ r� , � ,,�' ' e t � � � . . 4 • ti. �. ' �� � - . � 7 - . �' � - '-. . ' .A �.s�' _ �y " a •i's 'T� . -_ • — � ','�' � r� ,^ ! - - -- � r` �. � . 7 . - _ , . . - -=�`'�►'� -, • -, � � � • _ . �r.- - ---- �'�� x . __ • - _ � i S �- �+� II - ',=rY �F + ' . . . - . .' _ ' _ _ ' P . . �I� " } � � '- . � � � � � . a = � ; 1 F ' • � - �r. . ► � R r M11' S'� x . ' � � ;� ,'i � a•�._ 1 � 1� • � _i� �.�0 .� 7 - _j�'. . : �. s , . • . � - \ _ -.- _ . .. . ��,_: _ ' _ _'� . - �i.. " � . R , , � ��� �,,�,, � �+r . . .� di - - •t�. , _ r - � • : c . l • • " � �f� �. �� � � � � . . ��e':. •�''�� � . �. , � � �ii I'L; .,'i�,�„�;� �" • � �. � . � . � • � .i � � ; � • !; �'� I ,�n- r . � �� 0 �Y' • - .i�._ f^ , ,� f�`•ll � �, �i.• , ��' .� _� -. �ah � � i � _�. � �r : y � � ! ` � - • !:� �' �.s • a9N - ...��L _. ��1�'t.- _. ._. �� +, `. ;F`, 1 '!"5� ' �i i{R �n� � ■. +�'ia�y��� ' : . -..�. � -� M3� ��l � D m � D � _ � Y / � � _ � N � 0 N G� m N � � O fD� n r�r z � N F-� O O O N D v' � � ro � � � � � 0 � � � � � �' � � � � m � � m 70 D r � 2 O � O Gl 70 D � 2 N tO � cn Appendix E- USGS Topographic Map G� m N � � 0 fD n Z O N F-� O O O I-� D v' � c� rD � N r-r � O � � N � (D N � � � � r �-' �-,�i � y,' __J ( L ���..�� ��s � , "d � Z 1�' z `'�. :_ 3 ! �� ' . �.� - •'�t t � �� � i -a � �� � �� � J � r J3�' � - � � �.. � � � � � b � �� _ ` , � +� � � �� ��. � !� � G • � • 1 r��, �� ^ , , �Qr I ��. � + f G • I 'j �� ' r � . ■�:� �j ' 0�9.�1r`� �. ' i, � M e a ' F�_ - 7T •f� r . r- �d. �� • r •. � . .� . ' ��. r�� � i ��. . �-- -r.r- � + �L� ¢ , 4� L ' ��+� •' � r - � _ �� • - _ - + � ���r � ' ' r � ��•� i • � 1 l�� ' � ` 15 r, � `. 1 - - � . �� �i . . . � �` _.li , �. r .' � i ` F � � i ' r � _• �. � �j � ''t �' � ''�,/ ... Q � ' . • - -�' i -+ ` . - i ; y ` �p��� '` W � y7�'f��3-"'�"� A' ��':.. .�. �r• �'-Jl •-� - . e✓ �`�. �L..-� -� � c� �if� y .M1h j � P . R ' 41V � Er, � _ s . �v -�'r � r r X ��v a � .-� ;� . �J :. - z :;��__ � ; F � o _ � ti.�.: � '� � I A � � . . � 0. `� p � • �- . � � � ,) _-- e � , �z r j ,�,.� � �-,� . y . . �, a'T � '��' � -- . . _ ' u� � �'' � p ., . �_ ,%�}ti - �. _ _ i •I � -- -. �K' ;� � �,,�v • a � q�1 �: .1L _ l, 4. . �1 � .L^ i �' ` " � " •. ! ' - _ �� � . � � .. '+' � �4•r�1.r � �f.. �' \ . + 't _^ r� ; � � i. �j � � t .:� � '�� _ � 'I L- x�l` � ! � f � ,� � + r T 1 ' .. . .... . "' `�•� � "'^}�+ ' v �� _�� ���� �^� � f��r L �"� `'�. y 'r` / � '� � �'� • , ^�� j' ,� ! ,� _ ,(lf� .. . � � � ��� � - f � �,�� �' _ � _ � � �, � , . � � . ' � ��°°�.� � . - o�, `` � . � ' _ .. ■ � . � a� . � - —' e - � . . �•_ ` s• �- m l Y . � _,� • ��"�� ,�,� � ' � � z� ���� �- _'. � � � � _' � � � , .,, t_ . .� �;�� ;� � I �, � iL F�'-��` �� r : • ., '� . ;`�T �• u_ .� , ;.� N^ Yl N � � {� i � � 2 i�i D � Appendix F - Site Photographs G� m N � � O fD� n r�r z � N F-� O � � N D v' � � ro � � � r+ � 0 � � � � �' � � � � m � � �'�' , T � 41 �' �, : - � � _ � '��, z ' O rt ?�+ S ,� v - �...--.� r-r � W O 7 � W F-� U'I nTi Cl 7 OCil fCD � II) W O 7 00 W N v 4 E, � T k tU ' � �` �� G � �� �i� . K . _ � 3,: � _ . . _ . . . � �. �. � � � t W � i O � " ,k �,�/� � i: � - 00 W y � O W � �� T �� �ia v � r� �,��f 7 �'. � y 00 }�, t �„ O � � � 4; � ','; �. �._ .:;; _ . h `�� W d�.`.�i;.� 1.: i '..r O �_ � � �,x 3 � �� . � r :��^ W O � _ �P� r � �3 r,,� � � � ..', �'; � a �� � � � : �.�.�z - "�-.. � N � m � 2 O � O G) 70 D � 2 N �- G� m N � � O fD� n r�r z � N F-� O � � N D v' � � ro � � � r+ � 0 � � � � �' � � � � m � � N C� �� da m n� � N W 0 �� � � 00 N F-� T tU f"1 7 Oq � O C � � r�o � N W O 7 oa � W N N ., .� � r � e�;_ ,:�:. - �� , _ �. -.r�� �■ �f �� �r �� � � �.= R1 �� . •,,.� _�. ����- .. .... *s - - - - ' �,. — . . ., y'� ���� . __-..-.. - _ �' � ��l� i� v 7 ao Z 0 � � n� W 0 � � v � N V T N 7 OO m n� � a � W � 3 W v � N lD �;:" „a; .I. � r 4 �., 9� �3 � . � �, ;� � �` i.;. ,;�� 3° 7` � .ryC ��� �w� �'_ 4 � , — .� g �-�: � � Y�z'.V.,� �� N � m � 2 O � O G) 70 D � 2 N G� m N � � O fD� n r�r z � N F-� O O O N D v' � � ro � � � r+ � 0 � � � � �' � � � � m � � nTi � �� ov � 0 c � s � � W 0 � �' ao � � N U'i m � � OA N O � S N rr W O � 3 OA W N � �� 3 x =; � � ,r . �y '::� F ,;-'. ... aa � A �y.: . :, G,., �, � .. � N � m � 2 O � O G) 70 D � 2 N Appendix G - Geologic Information G� m N � � O fD� n r�r z � N F-� O O O N D v' � � ro � � � � � 0 � � � � �' � � � � � � � ��� � � N Z v 'S [ �1 � r N O [➢ L� [➢ G� m O r O � n D � D � � � scierree f�r a chan��r�� wrtr�d - - • - • - . � Mineral Resources > Online Spatial Data > Geology > by state > Texas Pawpaw Formation, Weno Limestone, and Denton Clay, undivided Pawpaw Formation, Weno Limestone, and Denton Clay, undivided State Texas Name pawpaw Formation, Weno Limestone, and Denton Clay, undivided Geo/ogic age phanerozoic � Mesozoic � Cretaceous-Early Original map /abel Kpd comments pawpaw--calcareous marl, near middle soft ledge- forming limestone bed, unit as a whole recessive; thickness as much as 10 ft, thins southward. Weno Limestone, some very thin marl interbeds, thin to medium bedded, white to grayish yellow, basal 2-4- ft- thick resistant ledge forms uplands; thickness 6-45 ft. Denton clay alternating clay, marl, and limestone. Thickness 6-25 ft thins southward. Primary rock type mudstone Secondary rock type limestone Other rock types clay or mud Lithologic constituents Major Sedimentary > Clastic > Mudstone > Claystone (Bed) Minor Sedimentary > Carbonate > Marlstone (Bed) Sedimentary > Carbonate > Limestone (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Geographic coverage Cooke - Denton - Grayson - Tarrant � � scierree f�r a chan��r�� wrtr�d � • . � Mineral Resources > Online Spatial Data > Geology > by state > Texas Fort Worth Limestone and Duck Creek Formation, undivided Fort Worth Limestone and Duck Creek Formation, undivided State Texas Name Fort Worth Limestone and Duck Creek Formation, undivided Geologic age Phanerozoic � Mesozoic � Cretaceous-Early Original map label Kfd comments Fort Worth Limestone, limestone and clay. Ls aphanitic to biosparite, burrowed; marine megafossils are Pecten, oysters, echinoids, and ammonites. Clay, calcareous, in units 0.1-5 ft thick, forms low rolling hills. Thickness 25- 35 ft. Duck Creek Ls., limestone and marl. Is med. bedded, nodular to wavy bedded; thickness 25-30 ft. Primary rock type limestone Secondary rock type mudstOn2 Other rock types clay or mud Litho/ogic constituents MajOr Sedimentary > Carbonate > Limestone (Bed) Minor Unconsolidated > Fine-detrital > Clay (eed) Unconsolidated > Marl (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ..................................................................................................................................................................................................................................... Bureau of Economic Geology, 1970, Waco Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Geographic coverage Cooke - Denton - Grayson - Montague - Tarrant - Wise 1 /28/2020 Grayson Marl and Main Street Limestone, undivided (TXKgm;O) Grayson Marl and Main Street Limestone, undivided XML JSON Grayson Marl and Main Street Limestone, undivided State Name Geologic age Texas Grayson Marl and Main Street Limestone, undivided Early Late Cretaceous and Late Early Cretaceous Lithologic Major constituents Sedimentary > Carbonate > Marlstone Sedimentary > Carbonate > Limestone Comments Grayson Marl mostly marl, It greenish-gray to med. gray, near top some thin interbeds of limest., nodular, sl. sandy, gray, fossiliferous; weathers grayish-yellow; thickness 15-60 ft. Main Street Limestone, thick Is beds, coarse grained, hard, interbedded with thin marl beds; yell-gray, white, brown; thikcness 10-20 ft. Stratigraphic Bennington Limestone in Oklahoma units References NGMDB product Counties Bureau of Economic Geology, 1967, Sherman Sheet, Geologic Atlas of Texas: University of Texas at Austin, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000. NGMDB product page for 68390 Bell - Bosque - Cooke - Coryell - Denton - Grayson - Hill - Johnson - McLennan - Tarrant Mineral Resources Online Spatial Data Geology by state Texas https://mrdata. usgs.gov/geology/state/sgmc-unit. php?unit=TXKgm%3B0 1 /2 Appendix H- Unified Soil Classification System UNIFIED SOIL CLASSIFICATION SYSTEM UNIFIED SOIL CLASSIFICATION AND SYMBOL CHART COARSE-GRAINED SOILS (more than 50% of material is larger than No. 200 sieve size.) Clean Gravels (Less than 5% fines) �.- ��; GW Well-graded gravels, gravel-sand GRAVELS ���� mixtures, little or no fines More than 50% oo� Gp Poorly-graded gravels, gravel-sand of coarse °=o� mixtures, little or no fines fraction larger Gravels with fines (More than 12% fines) than No. 4 sieve size GM Silty gravels, gravel-sand-silt mixtures GC Clayey gravels, gravel-sand-clay mixtures Clean Sands (Less than 5% fines) SW Well-graded sands, gravelly sands, little or no fines SANDS 50% or more SP Poorly graded sands, gravelly sands, of coarse little or no fines fraction smaller Sands with fines (More than 12% fines) than No. 4 sieve size SM Silty sands, sand-silt mixtures SC Clayey sands, sand-clay mixtures FINE-GRAINED SOILS (50°/ or more of material is smaller than No. 200 sieve size.) Inorganic silts and very fine sands, rock SILTS ML flour, silty of clayey fine sands or clayey AND silts with slight plasticity CLAYS Inorganic clays of low to medium Liquid limit CL plasticity, gravelly clays, sandy clays, less than silty clays, lean clays 50% OL Organic silts and organic silty clays of low plasticity Inorganic silts, micaceous or MH diatomaceous fine sandy or silty soils, SILTS elastic silts AND CLAYS Inorganic clays of high plasticity, fat Liquid limit �H clays 50% or greater Organic clays of inedium to high OH plasticity, organic silts HIGHLY ORGANIC PT Peat and other highly organic soils SOILS LABORATORY CLASSIFICATION CRITERIA C_ �60 reater than 4; C- D30 between 1 and 3 u- 9 c r'W �10 �10X�60 GP Not meeting all gradation requirements for GW GM Atterberg limits below "A" line or P.I. less than 4 Above "A" line with P.I. between 4 and 7 are borderline cases GC %�tterberg limits above "A" requiring use of dual symbols line with P.I. greater than 7 CU = D60 greater than 4; C� - D30 between 1 and 3 SW D10 �1o"�so gp Not meeting all gradation requirements for GW SM Atterberg limits below "A" Limits plotting in shaded zone line or P.I. less than 4 with P.I. between 4 and 7 are Atterberg limits above "A" borderline cases requiring use SC line with P.I. greater than 7 of dual symbols. Determine percentages of sand and gravel from grain-size curve. Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse-grained soils are classified as follows: Less than 5 percent . . . ... . . . .. . . . . .. . . . . .. . . . . .. . . . GW, GP, SW, SP More than 12 percent ... . . .... . . .. . . . . .. . . . . .. . . . . . GM, GC, SM, SC 5 to 12 percent ... . . .... . . . .. . . . Borderline cases requiring dual symbols PLASTICITY CHART 60 e � 50 a CH w 40 ALINE: ? 30 PI = 0.73(LL-20) F CL MH&OH U 20 � a 10 a - _--c�+M� ML&OL � 0 10 20 30 40 50 60 70 80 90 100 LIQUID LIMIT (LL) (%) TERMS DESCRIBING SOIL CONSISTENCY Fine Grained Soils Coarse Grained Soils Penetrometer Penetration Resistance Description Readinq (tsf) blows/ft Description Relative Densitv Soft 0.0 to 1.0 0 to 4 Very Loose 0 to 20% Firm 1.0 to 1.5 4 to 10 Loose 20 to 40% Stiff 1.5 to 3.0 10 to 30 Medium Dense 40 to 70% Very Stiff 3.0 to 4.5 30 to 50 Dense 70 to 90% Hard 4.5+ Over 50 Very Dense 90 to 100% Approval Spec No.Classsification Manufacturer Model No.National Spec Size Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 03/19/2021) 9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 ASTM A48 AASHTO M306 **24" Dia 9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 ASTM A48 AASHTO M306 32" Dia 9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged)ASTM A48 AASHTO M306 32" Dia 9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 ASTM A48 AASHTO M306 32.25" Dia 9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-HV ASTM A48 AASHTO M306 32" Dia 4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2279ST ASTM A48 AASHTO M306 **24" Dia 4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2280ST ASTM A48 AASHTO M306 32" Dia 10/8/2020 33 05 13 Manhole Frames and Covers EJ ( Formally East Jordan Iron Works)EJ1033 Z2/A ASTM A536 AASHTO M306 32.25" Dia CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST **Note: All new development and new installation mahnole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Updated: 03/19/2021 * From Original Standard Products List Approval Spec No.Classsification Manufacturer Model No.National Spec Size Storm Sewer - Inlet & Structures 33-05-13 (Rev 03/19/2021) 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x3-405-PRECAST ASTM C913 10' X 3' 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x3-406-PRECAST ASTM C913 10' X 3' 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x4.5-407-PRECAST ASTM C913 10' X 4.5' 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x4.5-420-PRECAST ASTM C913 10' X 4.5' 10/08/20 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-TOP ASTM C913 4' X 4' 10/08/20 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-BASE ASTM C913 4' X 4' 10/08/20 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-TOP ASTM C913 5' X 5' 10/08/20 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-BASE ASTM C913 5' X 5' 10/08/20 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-TOP ASTM C913 6' X 6' 10/08/20 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-BASE ASTM C913 6' X 6' 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET ASTM 615 10' X 3' 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET ASTM 615 15' x 3' 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET ASTM 615 20' x 3' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP ASTM 615 4' X 4' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE ASTM 615 4' X 4' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER ASTM 615 4' X 4' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP ASTM 615 5' X 5' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE ASTM 615 5' X 5' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER ASTM 615 5' X 5' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP ASTM 615 6' X 6' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE ASTM 615 6' X 6' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER ASTM 615 6' X 6' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP ASTM 615 7' X 7' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE ASTM 615 7' X 7' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER ASTM 615 7' X 7' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP ASTM 615 8' X 8' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE ASTM 615 8' X 8' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER ASTM 615 8' X 8' 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET ASTM 615 4' X 4' 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET ASTM 615 5' X 5' 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET ASTM 615 6' X 6' CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST Updated: 03/19/21 * From Original Standard Products List Approval Spec No. Classsification Manufacturer Model No. National Spec SizeStorm Sewer - Pipes 33-05-13 (Rev 03/19/21)4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Storm Polypropylene (PP) Pipe ASTM F2881 & AASHTO M33012" - 60" CITY OF FORT WORTHTRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LISTUpdated: 04/14/21 CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 09, 2021 The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water Department’s Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A.Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2.Manholes & Bases/Fiberglass ............................................................... 2 3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4.Manholes & Bases/Frames & Covers/Round ....................................... 4 5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6.Manholes & Bases/Precast Concrete .................................................... 6 7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9.Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B.Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... 24 C.Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 36. Automatic Flusher ................................................................................. 36 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 13 30" Dia. MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 13 30" Dia. MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 13 30" Dia. MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 13 30" Dia. MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.09/16/19 33 05 13.10 30" Dia. MH Ring and Cover Composite Access Products, L.P.CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"09/06/19 33 39 20 Manhole, Precast ConcreteForterra Pipe and Precast60" & 72" I.D. Manhole w/32" ConeASTM C-7660" & 72"* From Original Standard Products ListClick to Return to the Table of Content6Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast Fiberglass (FRP)Hobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass Pipe (FRP)AmeronBondstrand RPMP PipeASTM D3262/D375404/09/21Glass-Fiber Reinforced Polymer Pipe (FRP)Thompson Pipe GroupThompson Pipe (Flowtite)ASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)SDR-26ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)SDR 26/35 PS 115/46ASTM F 67918" - 28"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDR-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationSDR 26/35 PS 115/46ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 30343/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26ASTM D30344" - 15"10/22/2020 33 31 20 PVC Sewer PipeSanderson Pipe Corp.SDR 26ASTM D30344"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26/35 PS 115/46ASTM F-67918"- 36"* From Original Standard Products ListClick to Return to the Table of Content21Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 420AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeDR14AWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manufacturing Co., Inc d/b/a JM EagleDR 14AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-28"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manufacturing Co., Inc d/b/a JM EagleDR 18AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"9/6/2019 33 11 12 PVC Pressure PipeUnderground Solutions Inc.DR14 Fusible PVCAWWA C9004" - 8"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR18AWWA C90016" - 24"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR14AWWA C9004"- 12"9/6/2019 33 11 12 PVC Pressure PipeSanderson Pipe Corp.DR14AWWA C9004"- 12"* From Original Standard Products ListClick to Return to the Table of Content30Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD09/06/19 33-11-11 Polyethylene EncasmentNorthtown Products Inc. PE Encasement for DIPAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Automatic Flusher10/21/20Automated Flushing SystemMueller HydroguardHG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent)04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9800wc04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9700 (Portable)* From Original Standard Products ListClick to Return to the Table of Content36Updated:04/09/2021