Loading...
HomeMy WebLinkAboutContract 62253-PM1CSC No. 62253-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, DRAINAGE, & STREETLIGHT IMPRO VEMENTS TO SER VE MA VERICK, PHASE 1 PRC Record No. IPRC24-0156 City Project No.105664 FID No. 30114-0200431-105664-EO7685 File No. W-3074 X File No. X-28257 Mattie Parker David Cooke Mayor City Manager ���"I A WE of TF \i Christopher P. Harder, P.E. �rr��? �q ��, Water Department 1. Lauren Prieur, P.E. KYL,E ANDERSON Director, Transportation and Public Works Department 3 150755 r+,liF`SS/cENs NG�AW t t.20.2024 Prepared for The City of Fort Worth November 2024 ZAIA ENGINEERING TEXAS REGISTRATION F-1386 3017 West 7th Street, Suite 300 OFFICIAL RECORD Fort Worth, Texas 76107 CITY SECRETARY FT. WORTH, TX 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn 11 13 layiia4ion i Bidders Last Revised 03,QO/2020 002113 00 41 00 00 42 43 0043 13 lastf,,etiors t Bidde :s Bid Fefm Proposal Form Unit Price Bid Ben 03 QO/2020 nn in s 05/22/2019 nn in 4 0045 Prequalification Statement ,/02/2014 09/01/2015 00 45 12 00 45 26 Contractor Compliance with Workers' Compensation Law Mine Business E i 04/02/2014 nQ i 004540 00 52 43 -ity fAer-prise Ge Agreement a 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 00 7200 Maintenance Bond Genef.,i Conditions 01/31/2012 i ii ii T 00 73 00 0073 10 c,,,.,.io,,.,enta y r,,.,difi np Standard City Conditions of the Construction Contract for Developer n7inm�vzi 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 ni i Preconstruction Meeting D ;o .� 08/30/2013 i 2n onoz 01 32 33 Meetings Preconstruction Video 07i012 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 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0158 13 Temporary Project Signage 04/07/2014 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 02/14/2018 01 74 23 Cleaning 04/07/2014 0177 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 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105664 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 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 82413 Seleetiye Site Tlemel;tie Division 03 - Concrete 033000 e'en Z. PL�a Genefet;✓ 03 ?/1 13 Gef4r-alled Tow St engti, T\R.,ter-i l (rT SM4 Division 26 - Electrical 260543 Uade-gr-e,,..,1 Distets a -a Raee,: ays f L l ootl aal Fjysteffts Division 31- Earthwork 31 0 Site Gleafin 3,�6 1JZil kaoc6fea >r*ey tier Z 1�r�z3 BefFe Z 1� 1 24 00 1 /". i—ansk9f4s 313600 dens Z1�v0 Division 32 - Exterior Improvements 32 01 18 Tempefary AaOalt Per.,;.., Repaif 32 1123 Flexible Base Coufses 32 9 Lime e rr e tea Base Gets see '27�T Liquid T -ea4e l Se l Stab lizef 32 1216 Asphalt Pa-ving '27�3 Asphalt t Pa-yi g Gr-aek Sea its 32 13 3 C ete n 32 141 4 16 BfUk TJ:xt,%-,4 ig '27�3 C ner-Ste r,,..l. and Q&Ae-s and Valley r_„ttefs- Date Modified CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105664 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 • Division 33 - Utilities 330130 Sewer- and Manhole Testing '22�T Closed 7 Gi (CCTV) Television (CCT\ hispeeti ,.. 3303 10 NW./mg af Existing Sewer- Systems 33 04 11 Ceffesien Gentfel Test Stations 33 04 40 (`leai.;n...,-a A. eept.,nee Testing of AxT4e- Mains 33 04 50 Cleaning of Sewer- Mains Lifie 05 12 Water-Water-e I e v 3305 � 13.10 Fr -a -me, Eevef a -a i Grade Rings Composite 33 nc n 1 0!0, Imlots, Valve Be*ess, a -ad Other- vtfuetufeste Gfade Tz '2'2�0 (`one -ete AxT4e - Vaults 33 05 20 330521 TuNrewl line 330522 22 Stool Casing P;pe 3 Z�3 Hand Tumeli*g 33-05 24 Piro in Casing 3y Tummol :iff.af Plate 33 1105 Belts, Nu4s, and Gaskets 3/3 11 11 Diietile I,.e Fittings i 3/3 11 13 Eeaefet3 ProOouro P1r3, Baf Ax T,.appea Stool Cylindef Type 33 11 14 Burie Stool Pipe .,n F-44 ng } Large e Water- Meters 33 1220 ResiliefA Seated Gate Valve 33 1221 AWW-A Rubbef: Seated Butter -fly Valves ZZ�5 Conneetionrto `I7 22�0 !''...,-.1.iaa4 e Air- - ATa4ye Assemblies F Potable AATmef Systems 33 4240 Fire 33 1250 aitO1 Z '. S 33 12 60 St.,...1.,,..1 Blow off Valve A ssomb! 22� Gif-ed in Dlaee Pipe (CIDDI CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105664 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 i? ] l3 Fibzyglxe Raifif f:ee l Pipe for- n a-y ty e. a:tafy eo,,,o,� 3,32 ?% IS High Pefis4 Polyethylene (1 PPE) Pipe Earreitaj ref 333121Pelyvi"!Ewrnlor, er- 11 41�z SON F%%1t, l71%X�'4g 333150 c, a tafy Sewer- Sef- ee r,,, ffieet;.3rg r&,d C ie 33 39 30 Fibm0w0 lees 33 39 40 Write. awe . n eeess Cha of (WAG) r) 132 11 11 High Density Polyethylene (17T PE) Pipe f0 CtM !)ya..s ✓� 11 121 Reinfefeed n lyeti,lefte (EPUB) Piro 33-46 00 Stibdr-a7ia ge 3�-46-01 Slettett S o z'm Dwms 3�-46 02 TFffio i Drwi:,-�z 33 49 10 Cud, is P.Vae Manholes ,.,.,d r,inetie Bees 33 4940 Storm TDioina e Head -walls .-ada-ad Wr,,...w..11s Division 34 - Transportation 34 ^�-�z-Z vi Attaehmeat A riGealfeYYer- Cabiiiet 34 41 10.02 n t p ntt� ael�;nel�rB � ��t�e�le1'Seeif eatlen 14 1 10.03 A44aehmentG Seftwar-e vpeei ieatie ?/1 11 11 Tom,.,.,-afy T,-.,ffie Signals 311 11 13 Ro,.,eving T,-..ff e Signals ?/1 11 lE Reetanguka is/.d Fkwhin5 3�-41-20 Readw rllumx-W. e A &seffA lies 34 4120.01 -Aftaral LED P.aad-w Duon.iwkra-s 34 .� liawrmairvs 34 4120.03 -Residorti l LT'r' - L,wrrrra�m 34 4130 AlumKmim. F/wis CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105664 Revised March 20, 2020 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD:Hfortworthtexas.2ov/ti)w/contractors/ or httvs:Happs.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Seleetiye Site Tlom el;tie 12/7 z 0241 14 Utility Removal/Abandonment 12/20/2012 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03o 34 16 r.,fie-eteBase TiTater-.,1 for- Tr-eneh DoPaff* 12/'fez 038000 raedifie ti rs t Existing r fef:ete Stfuet., -es 1 �7/7zz 20ao z Division 26 - Electrical q6 05 10 Demolition f Qeetfieal Systems 12/7rz�-2042012 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 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3,�6 Uimlaoc fe E*ea-vati ti 01 /� 013 3124 nn r.1 01 /2842014 31 25 00 Erosion and Sediment Control 12/20/2012 1 l�r20ao 313600 31 37 00 Giens z Riprap 12/20/2012 Division 32 - Exterior Improvements 27� Do,-......, Do,-.ai 12/7zzrzvizviz Asphalt It Pa-y 32-01 18 320129 ei4 ng Tempef ary Aooralt Pcr. r aef:ete Pa-y ng D opal 12/2042012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Eawyant Traa4ed Base r 12/20a012 3'� Z 7�v Liquid Tf ea4ed Sail ErlaHizeaf 09/�15 A s..hak Paving 1 2 /'fizr2042012 '27�3 32 13 13 A s..hak Pa-yi g G-aek Se la is 11 /7 z Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 32114 116 Bfi-Al' TJ:\tJl1:4Rg 12/�442 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105664 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32 1 ^7 25 Gu -b Adozz 11/04,9013 3231 a Gates 2 12/20Q01 3 C�nr. F��r� �� 323126 W .o Fenees and Gates 12/20QO z 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 3293 43 Trees ai}d arubc 12/�1-2 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 33 04 11 % r (`.,.-.•esio.. !'',,.Afel Test Stations 12/20QO12 33 04-12 33 04-30 33 04 40 Magaesith% Anode C thed Pr-ete tie Syste ' Te 'pe-.,-.,W.,ter-Sef-, e Cleaning and Acceptance Testing of Water Mains 12/20QO12 07/n�ii 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 3305 13.10 Frame, Cover and Grade Rings — Composite 01/22/2016 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 Grade 3305 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 12/'fr�-zvriviz 330520 33-05-21 Auger- BeFing Tu�rr.wl r �n ar- Pla4e 11 /7z 33 05 22 Steel Casing Pipe 12/20/2012 3 d Tu�rewlixg 12/2n/2n1�2 � 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate T Tt44y TiTadEe,-s/T 06/19/2013 12/7 330526 26 33 05 30 ....., efs Location of Existing Utilities z 12/20/2012 33 1105 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 2'2 2 .� 11 1., 0 Ba f IALF,.'pe Stool Cylinder- - Type Eene�et� Pro0�r0 Pik.,, 12/20QO12 ?i3 11 11 wed Dejd PRir_ ara� 12/�12 1 1 ks n .o St esse,l C fer-ete Cylinder- Pipe 33 1210 Water Services 1-inch to 2-inch 02/14/2017 l.. 12 11 T .fge Wa4e - Metef:s 12/20QO12 33 1220 Resilient Seated Grate Valve 12/20/2012 �1 AWW k Ru bor F• ea4e.l Bi4ter- l y Valves 12/7�-zvrzviz 33 1225 Con.,nection to Existing Water Mains 02/06/2013 3�- 1230 1�1 Con"'a�bi.'�'I!.1af Air- Valve Assemblies iV"���t�.'. rzi `xl.,to, Systems 1 2/�rzv/ioiz 33 1240 Fire Hydrants 01/03/2014 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105664 Revised March 20, 2020 00 00 10 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 Z ZOO 33 1260 V_; > 12 ✓3 > 13 33 31 S 33 31 20 motor EZ'a� lJ FiGG%1.3135 Standard Blow -off Valve Assembly Giffod in Place Pipe (CIDD\ E tx` P ainf ,-ee Pipe f . G -ay t., C.ilriita?j-Sewefs High Don i I Polyethylene (KDPE) Eant it&r,,-Sew Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe ....1 Uel;....1 Chloride (PVC) Closed Pr !`_ Profile ..,..;ty C`a-a tafy Sewer- 12 �� /2042012 06/19/2013 11 /7 z 12 /20a012 12/'frz�-zvriviz 06/19/2013 ZZ Zvi Pipe �'i /'%i2 P_; P1 22 SanitarySec Flip 1rning 12/�12 3 31 23 Sa-aitar-ySe r Pipo Enlargement 12/�12 33 31 50 Sanitary Sewer Service Connections and Service Line 1 tie n;,. . ..;tafy 04/26/2013 11 /7 33 31 70 33 39 10 Ge is Vye f S Sewer- Fer-ee Mains Cast -in -Place Concrete Manholes z 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 �v 33 3940 �+7.��.,..�L �x aste.� a4e - n eeess f_2mrnSQF ) rLravravzz 12/7zzrzv/iviz 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 � 1 1 1 High Don i I D lyethylene (KDPE) Pip to DA in 1121�12 33 41 12 Reifif f:ee ] Polyetl.l me l (`�TEI Pipe / 11 /1 � 33-46 00 F/aml bdmige 12/rcr20a012 33 4601 worm Drains n�/no 1�11 33-46-02 ii2t3 +n D�Yaf`Mo �/n1 n 2n1 1 mTv�r/tvzz 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 3n nano 1 3 ^ ^�02 Tf:affij Fllgmlo Att-aehmeat A �C+efAfell�ne 104242015 12/�/�1���(�O 15 34 ^�-�z-z .03• 34 41-11 Att'[�t.YLlmei�!'+�cr+i,ena�tiellef Sp�e�ei iea4ien Attr' ehmeat�r.� a tiro'-afe7-Speeiiiea4ieii T:/1� L, �ttf c FII4I.vb 02a012 2 11/2242013 34-41 15 Reetangular Rapid FladhingBeae-Em 11 /'�13 34-416 RedoDtriun I-I;bfid-Sig1a1 11 /'�13 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 3n n�02 1 ,.00., ay LED n,..,,1.,.., 1-i sawnsaiwo 06/10 c�l-5 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 4150 Single Fibor node Cable 02/26,L2016 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105664 Revised March 20, 2020 000010 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 8 of 8 GG4-.) 'k-woLlality ef-L� GC-4.02 Subsurface and Physical Conditions FE-4.06 It ��rdow Erriirormrr�:1 Condition , + Site GG 6.07 lVag&R-CeS GG-6-M Baifiiitv".a r T 1 1`t��:arrra��ti��: GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105664 Revised March 20, 2020 WATER, SEWER., DRAINAGE, PAVING & STREET NAME SIGNS, AND STREET LIGHT IMPROVEMENTS 00 42 43 DAP - BID PROPOSAL Pagel of 6 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - Maverick, Phase 1 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification I Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT I: WATER IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 32,538 $1.45.- $47,180.10 2 3311.0261 8" PVC Water Pipe 33 11 12 LF 17,038 $56.00 $954,128.00 3 3311.0251 8" DIP Water 3311 10 LF 60 $66.00 $3,960.00 4 33_11.0461 12" PVC Water Pipe 3311 12 LF 4,566 $112.00 $511,392.00 5 3311.0451 12" DIP Water 3311 10 LF 252 $142.00 _ $35,784.00 6 3311.0541 16" PVC Water Pipe 33 11 10, 33 LF 1112 2,646- $162.00 $428,652.00 7 3311.0551 16" DIP Water 3311 10 LF 680 $222.00 $150.960.00 3311.0641 24" PVC Water Pipe 3311 10,33 LF 5,697 8 11 12,3311 13, 33 11 14 $242.00 $1,378,674.00 9 3311.0651 24" DIP Water 3311 10 LF 212 $282.00 _ $59,784.00 10 3312.0001 Fire Hydrant (Assembly) 33 12 40 EA 32 $7,2_81.25 $233,000.00 _ 11 3312.2003 1" Water Service 33 12 10 EA 148 $1,315.20 $194 6� 49.60 _ 12 3312.3003 8" Gate Valve 33 12 20 EA 53 $2r500.00 $132,500.00 3312.3005 12" Gate Valve 331220 EA 15 $4,500.00 $67,500.00 _13 14 3312.3006 16" Gate Valve & Vault 33 12 20 EA 2 $28,500.00 $57,000.00 15 3312.3008 24" Gate Valve & Vault 33 12 20 EA 9 $74,166.67 $667,500.03 16� 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 28 $13,630.14 $381,643.92 17 3312.6002 6" Blow Off Valve 33 12 60 EA 1 $14,500.00 $14,500.00 18 3312.6003 8" Blow Off Valve 331260 EA 1 $18,500.00 $18,500.00 3312.1002 2" Combination Air Valve Assembly for 33 12 30 EA 19 Water 2 - $13,500.00 $27,000.00 _ _ _ 3312.1004 4" Combination Air Valve Assembly for _ 341230 EA 20 Water 1 $30,500.00 $30,500.00 21 _ _ _ 3305.0_0_03 8" WaterLowering_ _ 33 05 12 EA 36 $5,500.00 $198,000.00 _ 22 3305.1003 20" Casing By Open Cut 33 05 22 LF 588 $320.00 _$188,160.00 23 3305.1004 24" Casing By Open Cut 34 05 22 LF 528 $380.00 $200,640.00 24 3305.1007 42" Casing By Open Cut 35 05 22 _ LF f 505 $720.00 _$363,600.00 25 3312.0108 Connection to Existing 24" Water Main 331225 EA� 1 _ $9,500.00 $9,500.00 1 26 3311.0452 12" DIP Water, CSS Backfill _ _ 33 11 10 LF 427 $162.00 $69,174.00 27 3311.0442 12" Water Pipe, CSS Backfill 3311 10,33 LF 40 $132.00 $5 280.00 28 3311.0652 24" DIP Water, CSS Backfill 10 LF 520 $312.00 $162,240.00 29 3137.0101�Concrete Riprap .3311 31 3700 - SY 1,041 $82.00 $85,362.00 - 30 3305.0110 Markers 33 05 26 LS 1 $2,500.00 1 $2,500.00 31 _Utility 9999.0001 Erosion Control Matting_ 00 00 00 SY� 127 $12.00 $1,524.00 32 _ _ 9999.0002 Water Testing (Excluding Geotech) 00 00 00 LF 32,538 $1.38 $44,902.44 _s 33 - 34 _ - 35 _ 36 -37 38 i _39 i40 TOTA - UNIT I: WATER IMPROVEMENTS $6,725,690.09 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 20241024 Maverick Phase 1 Bid Proposal DAP (Blended Unit Prices).As SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - Maverick, Phase 1 UNIT PRICE BID Bidlist Item No. Project Item Information Description 00 42 43 DAP -BID PROPOSAL Page 2 of6 Bidder's Application Bidder's Proposal Specification Unit of Bid Unit Price Bid Value Section No. Measure I Quantity UNIT II: SANITARY SEWER IMPROVEMENTS 1 3301.0002 Post -CCTV Inspection 3301 31 LF 2_1,700 $4.43 $96,131.00 _ 2 3301.0101 Manhole Vacuum Testing 3301 30 i EA_ _ 143 $240.28 i $34,360.04 3 3305.0109 Trench Safety 3_3 05 10 LF_ _ 2_1,700 _ $4.00 $86,800.00 4 3305.0113 Trench Water Stops 33 05 15 EA 57 $337.72 $19,250.04 5 3331.3101 4" Sewer Service 3331 50 EA 133 $950.00 $126,350.00 6 3331.4115 8" Sewer Pipe (SDR-26, ASTM D3034) 3311 10,33 LF 16,343 $104.00 _ $1,699,672.00 3331.4119 8" DIP Sewer Pipe 33 11 10 LF 87 $144.00 $12,528.00 7 3331.4208 12" PVC Sewer Pipe SDR-26 3311 10, 33 31 LF 894 $276.00 $246,744.00 8 12,333120 9 3331.4215 15" PVC Sewer Pipe SDR-26 3311 10,33 LF 984 $326.00 _ $320,784.00 10 3331.4324 24" Fiberglass Reinforced Sewer Pipe 33 31 13 LF 499 $376.00 $187,624.00 11 3331.4408 30" Fiberglass Reinforced Sewer Pipe _ 3331 13 LF _ 1,343 $426.00 _�$572,118.00 3305.1003 20" Casing By Open Cut 33 05 24 LF 25 $320.00 $8,000.00 12 3305.1004 24" Casing By Open Cut 33 05 22 LF 429 $420.00 $180,180.00 13 14 3305.1006 36" Casing By Open Cut - 34 05 22 LF - 226 $620.00 - $140,120.00 - - --5-- 15 3305.1008 _.9'Y P - -- - 48" Casin B O en Cut - - 35 05 22 _ LF 30 $820.00 $24,600.00 16� 3331.4116 _ 8" Sewer Pipe, CSS Backfill 3311 10,33 LF 631 $124.00 $78,244.00 3331.4216 15" Sewer Pipe, CSS Backfill 3311 10,33 LF 20 $346.00 $6,920.00 17 3112,3331 3331.4230 18" DIP Sewer, CSS Backfill 3311 10 __ LF 141 $456.00 $64,296.00 18 3331.4325 24" Fiberglass Sewer Pipe, CSS Backfill 3331 13 LF 20 $416.00 $8,320.00 19 20 3331.4409 30" Fiberglass Sewer Pipe, CSS Backfill 33 31 13 LF_ 20 $466.00 $9,320.00 - 21 3339.1001 4' Manhole_ 33 39 10, 33 123 $6,921.60 $851,356.80 - 3339.1002 _ 4' Drop Manhole 33 39 10, 33- _EA _ EA 13 �$8,850.00 $115,050.00 22 3920 3339.1101 5' Manhole 33 39 10, 33- EA 7 $10,000.00 $70,000.00 23 3920 24 3305.6112 Concrete_Collar for Manhole 33_05 17 _ EA 143 $6_58.33 $94,141.19 _ 25_ 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA- 1 $3,500.00 $3,500.00 26 3339.1003 4' Extra Depth Manhole 33 39 10, 33- - VF - 703 $255.17 ._$179,486.58 _ 27� 3339.1103 5' Extra Depth Manhole_ 33 39 10, 33 VF _ 84 _$325.00 _ $27,300.00 -28 3339.0001_Epoxy Manhole Liner 33 39 60 _VF _9_07 $485.00 _ $439,895.00 29 3137.0101 Concrete Riprap 31 37 00 SY- 252 $82.00 $20,664.00 30 9999.0003 15" DIP Sewer Pie 00 00 00 LF 246 $396.00 $97,416.00 31 9999.0004 15" Epoxy Coated Ductile Iron Sewer Pipe 00 00 00 LF 246 $396.00 $97,416.00 32 9999 0005 -Ilkoxy EpCoated Ductile Iron Sewer Pipe � 00 00 00 i LF _ 226 _ ^_ $425.00 _ _ $96,050.00 _ _ 33 9999.0006 WAGER 3000 Manhole Scrubber 000000 EA 1 $18,500.00 $18,500.00 35 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $6,033,136.65 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 20241024 Maverick Phase 1 Bid Proposal -DAP (Blended Unit Prices).xls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - Maverick, Phase 1 UNIT PRICE BID 00 42 43 DAP-BIDPROPOSAL Page 3 of 6 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item) DescriptionSpecification I Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 6,569 $2.00 $13,138.00 2 3301.0002 Inspection 3301 31 _ LF _ 6,5.69 $2.00 $13,138.00 -3 _P_ost-CCTV 3341A103 18" RCP, Class III 3341 10 LF 64 $65.00 $4,160.00 4 3341.0201 21" RCP, Class III 3341 10 LF 89 $75.00 _ $6,675.00 5 3341.0205 24' RCP, Class III 3341 10 _LF _ 517 $85.00 _ $43,945.00 6 3341.0208 27" RCP, Class III 3341 10 LF 27 $105.00 $2,835.00 7_ 3341.0309 36" RCP, Class III 33 41 10 LF 574 $160.0_0 $91,840.00 -8 3341.0402 42" RCP, Class III 334110 LF� 1,271 $200.00 $254,200.00 9 3341.0409 48" RCP, Class III 3441 10 LF 2,598 $235.00 $610,530.00 10� 3341.0602 60" RC_P, Class III 3541 10 LF 1,209 $310.00 $_374,790.00 �11 _ 3341.1302 6x3 Box Culvert 33 41 TO LF 220 $450.00 $99,000.00 12 3349.0001 4' Storm Junction Box 33 49 10 EA 2 $5,500.00 $11,000.00 13 3349.0002 5' Storm Junction Box 33 49 10 EA 8 - $11,500_.00 _ $92,000.00 14 3349.0003 6' Storm Junction Box 33 49 10 EA 7 $19,500.00 �$136,500.00 15 - 3349.0105 5-Sided Manhole - 33 49 10 EA 1 $14,500.00 $14,500.00 16 3349.6001 10' Recessed Inlet 33 49 20 EA_ 2 $5,000.00 $10,000.00 17 360.6002 15' Recessed Inlet 33 49 20 - EA 2 0 $,000. 0 6,000. ._._._._...0 $12 00 $ - -.... - 18 . - - 9999.0007 12" Rock Riprap 00 00 00 - SY 296 $125.00 _ $37,000.00. � -- 19 -m -... _ ..- - - 9999.0008 48" 4:1 Sloped End Headwall - - - 00 00 00 EA 2 $8,500.00 _ $17,000.00 20 9999.0009 60" 4:1 Sloped End Headwall 00 00 00 EA_ 1 $12,500.00 =$12,500.00 21 9999.0010 6'x3' PW-1 4:1 Sloped End Wingwall 00 00 00 EA 1 $19,950.00 $19,950.00 22 -233 -2- - - _ 25 26� - 27 - - - 288 2 30 31 i -_ 32- _ 34 _ _ 35 36� - �37i 38 _ _ 39 40 -41 42 - 43- - 44 45 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $1,876,701.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 20241024 Maverick Phase I Bid Proposal DAP (Blended Unit Prices).xls 00 42 43 DAP - BID PROPOSAL Page 4 of SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - Maverick, Phase 1 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid. Unit Price Bid Value No. I Section No. Measure Quantity UNIT IV: PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime (36#/SY) 3211 29 TN 232 $275.00 $63,800.00 2 3211.0502 8" Lime Treatment (36#/SY) 3211 29 SY 12,860 $5.00 $64,300.00 3 3213.0105 10"ConcPvmt 32 13 13 SY 12,040 $108.00 $1,300,320.00 4 3213.0506 Barrier Free Ramp, Type P-1 -."32.1-3-20- EA i 4 $2A00._q0 $9,600.00 3261.01- 0-0'Topsoil 3291 19 CY 786 $28.00 $22,008.00 6 3292.0400 Seeding, Hydromulch 32 92 13 SY 7,070 $2.00 _$14.,140 00 3441.4003 Furnish/Install Alum Sign Ground Mount City 7 Std. - Stop w/ Street Name Blades (R1-1) .344130 EA -1 $1,000.00 _$1,000.9_0 3441.4003F6-rWls7hifnstiil[AZ��Sign Ground Mount City 8 Std. - Speed Limit (R2-1) 3441 30 EA 3 $500.00 $1,500.00 3441.4003 Furnish/Install Alum Sign Ground Mount City 9 Std. - Left Turn Only (R3-5L) 3441 30 EA 2 $500.00 $1,000.00 3�44i.,-4,-O--03-Furnish/Install -,Alum -Sign Ground M`o-untbit-y 10 Std. - Stop Here For Pedestrians (R1-5b) 34 4130 EA 1 $500.00 $500.00 3441.4003 Furnish/Install Alum Sign Ground Mount City 11 Std. - Left, Left, Right Only (R3-8LLR) 3441 30 EA 4 $500.00_ $2�OQO.00 3441.4003 Furnish/Install Alum Sign Ground Mount City 12 Std. - Right Lane Must Turn Right (R3-7R) 3441 30 EA 2 $500.00 _$1,000.00 9999.0011 4" Conc Sidewalk 13 00 00 00 SF 36,690 $4.25 $155,932.50 9999.0012 Construct 24'Pvmt Header 14 00 00 00 EA i 1 $720.00 $720.00 9999.0013 Construct 61'Pvmt Header 15 00 00 00 EA $1,830.00 $1,830.00 9999.0014 Pedestrian Hand Rail 16 00 00 00 LF 100 $140.00 $14,000.00 9999.0015 Install FOR Barricade 17 00 00 00 EA 2 $800.00 $1,600.00 9999.0016 4" (White) Dashed Stripe w/ Raised 18 Pavement Markers 00 00 00 LF 3,579 $3.00 _$10,737.00 9999.0017 8" (White) Solid Stripe wl Raised Pavement 19 Markers 000000 LF 657 $4.00 $2628.00 20 9 9999.0018 Cane Legend (Arrow) ---000000 EA 11 $500.00 $�,!�QP700 21 6694.661� Lane Legend (Only) 00 00 00 -EA- 11 $500.00 $5,500.00 22 9.6b:� 0 12'(White) 3'-9'Dotted Lane Drop Line gg§- 00 00 00 LF 344 $10.00__ ..$3,440.00 9999.0021 6" (White) Solid Stripe w/ 23 18" (White) Solid Stripes 00 00 00 SF 1,065 $4.00 24 --25- 26 27 28 29 30 TOTAL JINIT IV: PAVING IMPROVEMENT-%, $1,687,315.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 20241024 Maverick Phase I Bid Proposal DAP (Blended Unit Prices).x1s 00 42 43 DAP-BIDPROPOSAL Page 5 of 6 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - Maverick, Phase 1 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item) Description Specification Unit of Bid Unit Price II Bid Value No. Section No. Measure Quantity UNIT V: STREET LIGHTING IMPROV �IMENTS 1 2605.0111 Furnish/Install Elec Sery Pedestal 26 05 00 EA 1 $10,500.00 $10,500.00 2 2605.3015:? Condt PVC SCH 80 (T) -� i 26 05 33 _ LF— — 2,992 . $15.00 _ $44,880.00 3 3441.3302 Rdwy Ilium Foundation TY 3,5,6, and 8 34 41 20 EA - — 16 -- $1,800.00 -- ---T...- $28,800.00 —_ �- 4 -441.330_ - 3441.3342 R_dw_y Ilium TY 18 Pole - -- -- 34 41 20 — EA 16 — $3,400;00 -- --- $54,400.00 5 3441.1632 Install Type 33A Arm 34 41 20 _ EA— 22 $600.00 $13,200.00 6 9999.0022 Type R2 Luminaire 00 00 00 EA 22 $750.00 $16,500.00 — 8—. - — -- 9 10 - - 11 _12 — 13 �14 16 _ 17 18 —20 - - - - - 21 — 22 —_ _23 _- 24 25 26 — 28 —_ 29 _ 30 —_ 31— . _ 32 _ - — 33 _ f _ 34 35 _ _ 36 _ 37_ 38 --- — 39- - --_ 40 41 — — — — 42 — — 43— _ 44 45 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $168,280.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 20241024 Maverick Phase 1 Bid Proposal DAP (Blended Unit Prices).xls 00 42 43 DAP -BID PROPOSAL Page 6 of 6 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM - Maverick, Phase 1 UNIT PRICE BID Bidder's Application Project Item Information Bidlist Item I Specification I I Unit of Bid No. Description Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below: BIDDER: Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth, TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: BROCK HUGGINS TITLE: PRESIDENT DATE: 10/28/2024 END OF SECTION Bidder's Proposal Unit Price I Bid Value $6,725,690.09 $6,033,136.65 $1,876,701.00 _ $1,687,315.50 $168,280.00 N/A $16,491,123.24 260 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Foam Version September 1, 2015 20241024 Maverick Phase l Bid Proposal DAP (Blended Unit Prices).xls 00 45 12 DAP PREQUAIMCA71ON STATEMENT Page 1 of 1 SECTION 00 4512 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvve" box provide the complete major work tune and actual description as provided by the Water Department for water and sewer and TPW for navina. Major Work Type Water Distribution System — New Construction, All Sizes Sewer Distribution System — New Construction, All Sizes Concrete Paving Construction — Uniimited Area Roadway and Pedestrian Lighting Sanitary Sewer Manhole/Structure Interior Lining — Watten or Chesterton Coating Contractor/Subcontractor Company Name Prequalification Expiration Date Conatser Construction TX, L.P. 04/30/2025 Conatser Construction TX, L.P. 1 04/30/2025 Conatser Construction TX, L.P. I t / 14 1 Conatser Construction TX, L.P. 01/31/2026 BCAC Underground, LLC. OR 02/28/2025 ACE Pipe Cleaning. Inc. The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth, Texas 76119 BY: Brock Huggins TITLE: President DATE: 11.20.2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUAUFICA71ON STATEMENT —DEVELOPER AWARDED PROJECTS Form Version September 1, 201.5 1 (Signature) 00 4512_ 1 Prequa0flcatbn Statement 2015 DAP 1 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 40 00 45 26 - l CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page i of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105664. 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: Conatser Construction TX. L.P Company 5327 Wichita Street Address Fort Worth. Texas 76119 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Brock Hua>ins (Please Print) Signature: --- Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Br-0C*—, fl-LA 1 IDS , known to me to be the person whose name is subscribed to the foregoi�g instrument, and acknowledged to me that he/she executed the same as the act and deed of CLT-�, , L • P. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this '10 day of I - �, � --- x° yPUe KATNERINEROSE Notary PUNState of Texas a 10# 133 My Commission ion Expires November 30,202a Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Apn12, 2014 Maverick Phase I City Project No.105664 00 52 43 - 1 Developer Awarded Project Agreement Pagel of 4 2 SECTION 00 52 43 AGREEMENT 3 4 THIS AGREEMENT, authorized on l (/2`9'10 L'y is made by and between the Developer, 5 FW Club, LP, authorized to do business in Texas ("Developer") , and Conatser Construction TX. 6 LP., authorized to do business in Texas, acting by and through its duly authorized representative, 7 ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Maverick. Phase I 17 City Proiect No. 105664 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 260 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer One Thousand Dollars ($1,000.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of Sixteen Million Four Hundred Ninety -One Thousand 41 One Hundred Twenty -Three Dollars and Twenty -Four Cents (516.491.123.24). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Maverick Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No.105664 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 77 Article 6. INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provision is svecificaliv intended to overate 83 and be effective even if it is alleged or Droven that all or some of the damages being 84 sought were caused. in whole or in Dart. by anv act, omission or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs, expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city, its officers, servants and employees, from and against any and all loss, damage 91 or destruction of property of the city, arising out of, or alleged to arise out of, the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is svecificaliv intended to onerate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused. in whole or in nart. 96 by anv act. omission or negligence of the city 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 101 the Construction Contract for Developer Awarded Projects. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the Developer. 105 7.3 Successors and Assigns. 106 Developer and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or ill unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon DEVELOPER and 113 CONTRACTOR 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Maverick Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No.105664 Revised June 16, 2016 005243-4 Developer Awarded Projed Agreement Page 4 of 4 118 119 7.6 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 127 128 Contractor: Conatser Contraction TX L.P. Bi----- (Sig tare) Brock Hugvins (Printed Name) Developer. FWCM. LP Bv: (Signature).. Taylor Baird (Printed Name) Title: President Title: Manama Company Name: Conatser Construction Company flame: FW Club, LP TX, L.P. Address: Address: 5327 Wichita Street 4001 Maple Avenue, Suite 270 City/ State/ Zip: Fort Work Teas 76119 11114-Li Date City/State/Zip: Dallas, Tcxas 75219 Date CITY OF FORT WORTH Maverick Ph= t STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJEM my ftect No. logo Revised Am 16.2016 Bond No. 0263778 006213-1 PERFORMANCE BOND Page 1 of2 I SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Conatger Construction TX. L.P., [mown as "Principal" herein and 9 ___..krJdev Insurance Company ________ _, a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the Developer, FW Club, LP, authorized to do business 12 in Texas ("Developer') and the City of Fort Worth, a Texas municipal corporation ("City'), in 13 the penal sum of, Sixteen Million Four Hundred Ninety -One Thousand One Hundred TwentN- 14 Three Dollars and Twenty -Four Cents ($16A91.123.24), lawful money of the United States, to be 15 paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be 16 made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, 17 executors. administrators, successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement. CFA Number CFA24-0130; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the y6 day of 06f 0 $E(L , 2071 . which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Maverick, Phase 1. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein -referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the .Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Maverick Phase I STANDARD CITY CONDrrIONS — DEVELOPER AWARDED PROJEC-I S Ci{r Project Ab. 105664 AV*W ti JUHUAI* 11,2012 006213-2 PERFORMANCE BOND Pace 2 of 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division, 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code. as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 2.091' day of /JOJEMRA 9 2044 r 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 34 35 36 37 38 39 40 41 42 43 44 45 46 ATTEST: (Principal) Secretarva Witness as to Principal Witt ess as to Sureri= PRINCIPAL: Conatser Construction TX. L.P. BY: Signature - ._... Brock k1u�;ns�Prest_d�t1t Name and Title Address: 5327 Wichita Street Fort Worth. Texas 76119 SURETY: _,Berkley Insurance Company BY: Signature Robbi Morales, Attorney -in -fact Name and Title ,Address: 5005 LB Freeway, Suite 1400 ___ Dallas, TX 75244 _._. _- Telephone Number: 214/989-0000 _ *Note: if signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such 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 FORTWORTH .Maverick. Phase 1 S FANDARD C'1 IN COND11 IONS — DEVELOPER A WARULU PROJECTS Oh' f roject No. 11)5664 Revised Jaiwan• 31, 2012 Bond No. 0263778 006214- 1 PAYMEN'1 BOND Page I of 2 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction TX. L.P.. known as "Principal" herein, and 8 _ _ . Berkley_ Insurance Comte _ a corporate surety ( or 9 sureties if more than one), duty 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, FW Club, 1 I LP. authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas 12 municipal corporation ("City'), in the penal sum of Sixteen Million Four Hundred Ninetl-One 13 Thousand One Hundred Twenty -Three Dollars and Twenty -Four Cents ($16.491.123.24), lawful 14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas. for the payment of 15 which sum well and truly be made jointly unto the Developer and the City as dual obligees, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number CFA24-0130; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer. 22 awarded the 75 day of pUzott. R ..._.__ ___.._. . 20 ZH , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as_provided for in said Contract and designated as Afaverick, Phuse L 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and etTect. CITY OF FORT WORTH :rlaveriek. Phase 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Cln' Project M. 145664 Revised January 31.2012 006214-2 PAYMENT BOND Page 2 of 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the_ ___1,00,_ day of b _.._._j A1VfM6M , 20 2.4 PRINCIPAL: Conatser Construction TX. L.P. ATTEST: 1 (Principal) Secre —� Witness as to Principal ATTEST: (Surety) Secretary W- less as to Surety BY: { Signature Brock Hua-!ins. President Name and Title Address: 5327 Wichita Street Fort Worth. Texas 76119 SURETY: Berkley Insurance Company Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LB J Freeway, Suite 1400 Dallas, TX 75244 Telephone Number: 214/989-0000 7 8 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 9 bylaws showing that this person has authority to sign such obligation. If Surety's physical 10 address is different from its mailing address, both must be provided. 11 12 THE DATE OF THE BOND SHALL NOT BE PRIOR TO THE DATE THE CONTRACT 13 IS AWARDED. 14 END OF SECTION CITY OF FORT WORTH 39cn-erick Phase I STANDARD CITY CONUI'1'IONS — DEVELOPER AWARDED PROJECTS City Project.No. 105664 Revised lanuan 31, 2012 Bond No. 0263778 006219- 1 MAIN'rENANCF BOND Page 1 of 1 SECTION 00 6219 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 9 That we Conatser Construction TX. L.P.. known as "Principal" herein and 9 Berkley Insurance Company , a corporate surety (sureties, if more than 10 one) dilly authorized to do business in the State of Texas. known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the Developer, FW Club, LP, authorized to do business 12 in Texas ("Developer') and the City of Fort Worth, a Texas municipal corporation ("City"), in 13 the sum of, Sixteen Million Four Hundred NinetN--One Thousand One Hundred Twenty -Three 14 Dollars and Twenty -Four Cents ($16,491.123.24), lawful money of the United States, to be paid 15 in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly 16 unto the Developer and the City as dual obligees and their successors, we bind ourselves, our 17 heirs, executors, administrators, successors and assigns, jointly and severally, finely by these 18 presents. 19 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number CFA24-0130; and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 1-910 day of dGYb96,7- . 2QX1 , which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as Maverick, Phase 1; and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 34 CITY OI' FORI' WORTH Nforeriek Phase I STANDARD COPY CONDITIONS — DEVELOPER AWARDED PROJEC i'S C by Project 14o. 10664 Revised January 31 2012 006219-2 MAIN ITNA, ICE 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 tiled 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 23 CITY OF FORT WART! I 19arerick Phase i STANDARD CrrY CONDITIONS — DEVF.LOPFR AWARDED PROJECTS (:iii• Project No. /05664 Revised January 31.2012 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 Zoe day of 3 /JoveMbelL , 201d_. 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 40 41 42 A 17EST: (Principal) te�rr`e�W_ �� Witness as to Principal ATTEST: (Surety) jecrStary - - - - j �_Z_ - f Wit °ss as to Surety PRINCIPAL. Conatser Construction TX. L.P. BY: Signature 0 9 Brock Hu-i-wins. President Name and Title Address: 5327 Wichita Street Fort Worth. Texas 76119 SURETY: Berldey Insurance _Comp BY: c. i Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005_LBj Freeway, Suite 1400 T)allas„TX 75244 Telephone Number __ 214/989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such 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 ;Uarerick. Phase i STANDARD CITY CONDITIONS = DEVELOPER AWARDED PROJECTS 00- Project Na. 105664 Revised January 31. 2012 No. RI-72801 POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell, Sophinie Hunter; Robbi Morales, Kelly A. Westbrook; Tina McEwan; Joshua Saunders; Tonic Petranek; or Mikaela Peppers of Aon Risk Services Southwes4 Inc. of Dallas, TX its true and lawful Attomey-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.S50,000,000.00), to the r same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. v This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following o resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: •� o RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief 0 o Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant c Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such c attomey-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further v > RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-in-fact named; and 3 7 further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its c � corporate seal hereunto affixed this 2nd day of Mav 2024 Attest: Berkley Insurance Company x� _ Seal By 9. XL:;NT By E Philip S. elt Je M aft Executive Vice President & Secretary Senior Vice President c STATE OF CONNECTICUT ) A ) SS: f COUN OF Ftt1R.FrF7.D ) o Sworn to before me, a Notary Public in the State of Connecticut, this 2 day of May 2024 , by Philip S. Welt and N Jeffrey M. HaSter who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President, o respectively, of Berkley Insurance Company. Y� wwU►c. atI++roaaXEM jNOTAFW PU8WNotary Public, State of Connecticut d c W 0DMM8S10N EWM 04, 9= CERTIFICATE 1, the undersigned, Assistant Secretary of BERI= INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a e, true, correct and complete copy of the original Power ofAttomey, that said Power of Attorney has not been revoked or rescinded i and that the authority of the Attorney-m-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in fall force and effect as of this date. Y Given under my hand and seal of the Company, this 20th d2y of November �.� - 2024 X. (Seal) Vincent P.�orte IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3634 412 Mount Kemble Avenue, Suite 31ON Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httu://www.tdi.state.tx.us E-mail: ConsumerProtection(@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC 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 condition of the attached document and is given to comply with Texas legal and regulatory requirements. 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 Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 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 ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ........................................... 12.01 Contractor's Warranty of Title ............ 12.02 Partial Utilization ................................. 12.03 Final Inspection .................................... 12.04 Final Acceptance .................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 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 1. Supplementary Conditions in. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 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 apart 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. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 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 1.02.13 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 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; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 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 parry 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None 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: None Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: None 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 - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 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 0125 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 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 5.05.13. 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: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 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 31 st 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 1 Ith 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 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 4.02.13. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 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: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 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 i£ 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Maverick, Phase 1 City STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Project No. 105664 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105664 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] i 11QI ZI] Icy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105664 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 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, CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 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. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 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 SUBMITTALSANFORMATIONAL 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 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 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 as noted Firm Not recommended Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date Recommended Received late CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction. meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attendingmeetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the delivery of the 28 distribution package to the City. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shallinclude: 34 a. Developer and Consultant 35 b. Contractor's projectmanager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick, Phase 1 Revised August 30, 2013 City Project No. 105664 1 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 40 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings f£ Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Maverick, Phase 1 City Project No. 105664 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick, Phase 1 Revised August 30, 2013 City Project No. 105664 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- 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] CITY OF FORT WORTH Maverick, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 DAP SUBMITTALS 013300-1 DAP SUBMITTALS Page 1 of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 1 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 40 41 42 43 44 45 46 013300-2 DAP SUBMITTALS Page 2 of 8 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: 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 1/2 inches x 11 inches to 8 1/2 inches x 11 inches. 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 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 1 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 40 41 42 43 44 45 46 47 48 013300-5 DAP SUBMITTALS Page 5 of 8 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 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 1 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 40 41 42 43 44 45 46 47 48 49 013300-6 DAP SUBMITTALS Page 6 of 8 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. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 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 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised August 30, 2013 013513-1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 01 3513 2 SPECIAL PROJECT PROCEDURES 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 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 20 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 WaterMains 27 28 1.2 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 34 High Voltage Overhead Lines. 35 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 36 Specification 37 1.3 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination with the Texas Department of Transportation 39 1. When work in the right-of-way which is under the jurisdiction of the Texas 40 Department of Transportation (TxDOT): CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick, Phase 1 Revised August, 30, 2013 City Project No. 105664 0135 13-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 1 a. Notify the Texas Department of Transportation prior to commencing any work 2 therein in accordance with the provisions of the permit 3 b. All work performed in the TxDOT right-of-way shall be performedin 4 compliance with and subject to approval from the Texas Department of 5 Transportation 6 B. Work near High Voltage Lines 7 1. Regulatory Requirements 8 a. All Work near High Voltage Lines (more than 600 volts measured between 9 conductors or between a conductor and the ground) shall be in accordance with 10 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 11 2. Warning sign 12 a. Provide sign of sufficient size meeting all OSHA requirements. 13 3. Equipment operating within 10 feet of high voltage lines will require the following 14 safety features 15 a. Insulating cage -type of guard about the boom or arm 16 b. Insulator links on the lift hook connections for back hoes ordippers 17 c. Equipment must meet the safety requirements as set forth by OSHA and the 18 safety requirements of the owner of the high voltage lines 19 4. Work within 6 feet of high voltage electric lines 20 a. Notification shall be given to: 21 1) The power company (example: ONCOR) 22 a) Maintain an accurate log of all such calls to power company and record 23 action taken in each case. 24 b. Coordination with power company 25 1) After notification coordinate with the power company to: 26 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 27 lower the lines 28 c. No personnel may work within 6 feet of a high voltage line before the above 29 requirements have been met. 30 C. Confined Space Entry Program 31 1. Provide and follow approved Confined Space Entry Program in accordance with 32 OSHA requirements. 33 2. Confined Spaces include: 34 a. Manholes 35 b. All other confined spaces in accordance with OSHA's Permit Requiredfor 36 Confined Spaces 37 D. Use of Explosives, Drop Weight, Etc. 38 1. When Contract Documents permit on the project the following will apply: 39 a. Public Notification 40 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 41 prior to commencing. 42 2) Minimum 24 hour public notification in accordance with Section 013 1 13 43 E. Water Department Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick, Phase 1 Revised August, 30, 2013 City Project No. 105664 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name ofProject 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyeris 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick, Phase 1 Revised August, 30, 2013 City Project No. 105664 0135 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 H. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areaswhere 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 I. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areaswhere 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 J. Dust Control 37 1. Use acceptable measures to control dust at the Site. 38 a. If water is used to control dust, capture and properly dispose of waste water. 39 b. If wet saw cutting is performed, capture and properly dispose of slurry. 40 K. Employee Parking 41 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick, Phase 1 Revised August, 30, 2013 City Project No. 105664 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D.Johnson 13 END OF SECTION Revision Log SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick, Phase 1 Revised August, 30, 2013 City Project No. 105664 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 01 35 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 Maverick, Phase 1 City Project No. 105664 I 2 3 4 01 35 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORT WORTH Date: DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .,'CONTRACTOR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 Maverick, Phase I City Project No. 105664 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- 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 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. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 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 SUBMITTALSANFORMATIONAL 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. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Pagel of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings it d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick, Phase 1 Revised JULY 1, 2011 City Project No. 105664 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderlymanner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required incontract 44 documents 45 E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick, Phase 1 Revised JULY 1, 2011 City Project No. 105664 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timelymanner 5 F. Temporary Protection ofConstruction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick, Phase 1 Revised JULY 1, 2011 City Project No. 105664 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Maverick, Phase 1 Revised JULY 1, 2011 City Project No. 105664 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Maverick, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Maverick, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised July 1, 2011 015813-1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USEDI 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. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 01 58 13 - 2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-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 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 0158 13 -3 DAP TEMPORARY PROJECT SIGNAGE DATE NAME 4/7/2014 M. Domenech Revision Log SUMMARY OF CHANGE Revised for DAP application Page 3 of 3 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 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: httDs://apps.fortworthtexas.2ov/ProiectResources/ 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 0133 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] CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 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] DATE NAME END OF SECTION Revision Log 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. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- 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 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 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 IRM97[yW.307Z%140IDleh89,11101111114`1V 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. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 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. 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] CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. See Changes (Highlighted in Yellow). 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 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. 3. As -Built 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. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised February 14, 2018 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. The Contractor's selection of a surveyor must comply with Texas Government 27 Code 2254 (qualifications based selection) for this project. 28 1.5 SUBMITTALS 29 A. Submittals, if required, shall be in accordance with Section 01 33 00. 30 B. All submittals shall be received and reviewed by the City prior to delivery of work. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Field Quality Control Submittals 33 1. Documentation verifying accuracy of field engineering work, including coordinate 34 conversions if plans do not indicate grid or ground coordinates. 35 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 36 (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards). 37 38 1.7 CLOSEOUT SUBMITTALS 39 B. As -built Redline Drawing Submittal CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 2 constructed improvements signed and sealed by Registered Professional Land 3 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 4 — Survey Staking Standards) . 5 2. Contractor shall submit the proposed as -built and completed redline drawing 6 submittal one (1) week prior to scheduling the project final inspection for City 7 review and comment. Revisions, if necessary, shall be made to the as -built redline 8 drawings and resubmitted to the City prior to scheduling the construction final 9 inspection. 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Construction Staking 13 1. Construction staking will be performed by the Contractor. 14 2. Coordination 15 a. Contact City and Developer's Project Representative at least one week in 16 advance notifying the City of when Construction Staking is scheduled. 17 b. It is the Contractor's responsibility to coordinate staking such that 18 construction activities are not delayed or negatively impacted. 19 3. General 20 a. Contractor is responsible for preserving and maintaining stakes. If City 21 surveyors or Developer's Project Representative are required to re -stake for 22 any reason, the Contractor will be responsible for costs to perform staking. If 23 in the opinion of the City, a sufficient number of stakes or markings have been 24 lost, destroyed disturbed or omitted that the contracted Work cannot take place 25 then the Contractor will be required to stake or re -stake the deficient areas. 26 B. Construction Survey 27 1. Construction Survey will be performed by the Contractor. 28 2. Coordination 29 a. Contractor to verify that horizontal and vertical control data established in the 30 design survey and required for construction survey is available and in place. 31 3. General 32 a. Construction survey will be performed in order to construct the work shown 33 on the Construction Drawings and specified in the Contract Documents. 34 b. For construction methods other than open cut, the Contractor shall perform 35 construction survey and verify control data including, but not limited to, the 36 following: 37 1) Verification that established benchmarks and control are accurate. 38 2) Use of Benchmarks to furnish and maintain all reference lines and grades 39 for tunneling. 40 3) Use of line and grades to establish the location of the pipe. 41 4) Submit to the City copies of field notes used to establish all lines and 42 grades, if requested, and allow the City to check guidance system setup prior 43 to beginning each tunneling drive. 44 5) Provide access for the City, if requested, to verify the guidance system and 45 the line and grade of the carrier pipe. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised February 14, 2018 1 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 40 41 42 43 44 45 46 47 48 49 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 6) The Contractor remains fully responsible for the accuracy of the work and 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 the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH Maverick, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 d) Fire hydrants 2 e) Valves (gate, butterfly, etc.) 3 f) Air Release valves (Manhole rim and vent pipe) 4 g) Blow off valves (Manhole rim and valve lid) 5 h) Pressure plane valves 6 i) Underground Vaults 7 (1) Rim and flowline elevations and coordinates for each 8 Underground Vault. 9 3) Sanitary Sewer 10 a) Cleanouts 11 (1) Rim and flowline elevations and coordinates for each 12 b) Manholes and Junction Structures 13 (1) Rim and flowline elevations and coordinates for each 14 manhole and junction structure. 15 4) Stormwater — Not Applicable 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 PART 2 - PRODUCTS 20 A. A construction survey will produce, but will not be limited to: 21 1. Recovery of relevant control points, points of curvature and points of intersection. 22 2. Establish temporary horizontal and vertical control elevations (benchmarks) 23 sufficiently permanent and located in a manner to be used throughout construction. 24 3. The location of planned facilities, easements and improvements. 25 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 26 areas, utilities, streets, highways, tunnels, and other construction. 27 b. A record of revisions or corrections noted in an orderly manner for reference. 28 c. A drawing, when required by the client, indicating the horizontal and vertical 29 location of facilities, easements and improvements, as built. 30 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 31 construction staking projects. These cut sheets shall be on the standard city template 32 which can be obtained from the Survey Superintendent (817-392-7925). 33 5. Digital survey files in the following formats shall be acceptable: 34 a. AutoCAD (.dwg) 35 b. ESRI Shapefile (.shp) 36 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 37 standard templates, if available) 38 6. Survey files shall include vertical and horizontal data tied to original project 39 control and benchmarks, and shall include feature descriptions 40 PART 3 - EXECUTION 41 3.1 INSTALLERS CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 A. Tolerances: 2 1. The staked location of any improvement or facility should be as accurate as 3 practical and necessary. The degree of precision required is dependent on many 4 factors all of which must remain judgmental. The tolerances listed hereafter are 5 based on generalities and, under certain circumstances, shall yield to specific 6 requirements. The surveyor shall assess any situation by review of the overall plans 7 and through consultation with responsible parties as to the need for specific 8 tolerances. 9 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 10 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 11 1.0 ft. tolerance. 12 b. Horizontal alignment on a structure shall be within .0.lft tolerance. 13 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 14 walkways shall be located within the confines of the site boundaries and, 15 occasionally, along a boundary or any other restrictive line. Away from any 16 restrictive line, these facilities should be staked with an accuracy producing no 17 more than 0.05ft. tolerance from their specified locations. 18 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 19 electric lines, shall be located horizontally within their prescribed areas or 20 easements. Within assigned areas, these utilities should be staked with an 21 accuracy producing no more than 0.1 ft tolerance from a specified location. 22 e. The accuracy required for the vertical location of utilities varies widely. Many 23 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 24 should be maintained. Underground and overhead utilities on planned profile, 25 but not depending on gravity flow for performance, should not exceed 0.1 ft. 26 tolerance. 27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 28 specifications or in compliance to standards. The City reserves the right to request a 29 calibration report at any time and recommends regular maintenance schedule be 30 performed by a certified technician every 6 months. 31 1. Field measurements of angles and distances shall be done in such fashion as to 32 satisfy the closures and tolerances expressed in Part 3.1.A. 33 2. Vertical locations shall be established from a pre -established benchmark and 34 checked by closing to a different bench mark on the same datum. 35 3. Construction survey field work shall correspond to the client's plans. Irregularities 36 or conflicts found shall be reported promptly to the City. 37 4. Revisions, corrections and other pertinent data shall be logged for future reference. 38 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 APPLICATION 42 3.5 REPAIR / RESTORATION 43 A. If the Contractor's work damages or destroys one or more of the control 44 monuments/points set by the City or Developer's Project Representative, the monuments 45 shall be adequately referenced for expedient restoration. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 1. Notify City or Developer's Project Representative if any control data needs to be 2 restored or replaced due to damage caused during construction operations. 3 a. Contractor shall perform replacements and/or restorations. 4 b. The City or Developer's Project Representative may require at anytime a 5 survey "Field Check" of any monument or benchmarks that are set be verified 6 by the City surveyors or Developer's Project Representative before further 7 associated work can move forward. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL 10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 11 City or Developer's Project Representative in accordance with this Specification. This 12 includes easements and right of way, if noted on the plans. 13 B. Do not change or relocate stakes or control data without approval from the City. 14 3.8 SYSTEM STARTUP 15 A. Survey Checks 16 1. The City reserves the right to perform a Survey Check at any time deemed 17 necessary. 18 2. Checks by City personnel or 31 party contracted surveyor are not intended to 19 relieve the contractor of his/her responsibility for accuracy. 20 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction 2/14/2018 M Owen Staking and As -Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised February 14, 2018 017423-1 DAP CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re -seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 26 that may hinder or disrupt the flow of traffic along the roadway. 27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 28 junction boxes and inlets. 29 4. If no longer required for maintenance of erosion facilities, and upon approval by 30 City, remove erosion control from site. 31 5. Clean signs, lights, signals, etc. 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 38 39 40 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 1 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 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 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) £ 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] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Pagel of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limitedto: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shallbe 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 % inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Maverick, Phase 1 Revised April 7, 2014 City Project No. 105664 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 £ Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title ofProject 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in themanual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents toassure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of eachprocedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Maverick, Phase I Revised April 7, 2014 City Project No. 105664 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contractissued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care andmaintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance andrepair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Maverick, Phase I Revised April 7, 2014 City Project No. 105664 1 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 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 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 ofpanelboards 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. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of describedproducts 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Maverick, Phase I Revised April 7, 2014 City Project No. 105664 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31 /2012 D. Johnson 1.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Maverick, Phase I Revised April 7, 2014 City Project No. 105664 017839-1 DAP PROJECT RECORD DOCUMENTS Pagel of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum clearly mark any deviations from Contract Documents 11 associated with installation of the infrastructure. 12 4. Making entries on Drawings 13 a. Record any deviations from Contract Documents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15 change by graphic line and note as required. 16 c. Date all entries. 17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 5. Conversion of schematic layouts 21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 22 ducts, and similar items, are shown schematically and are not intended to 23 portray precise physical layout. 24 1) Final physical arrangement is determined by the Contractor, subject to the 25 City's approval. 26 2) However, design of future modifications of the facility may require 27 accurate information as to the final physical layout of items which are 28 shown only schematically on the Drawings. 29 b. Show on the job set of Record Drawings, by dimension accurate to within 1 30 inch, the centerline of each run of items. 31 1) Final physical arrangement is determined by the Contractor, subject to the 32 City's approval. 33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 34 ceiling plenum", "exposed", and the like). 35 3) Make all identification sufficiently descriptive that it may be related 36 reliably to the Specifications. 37 c. The City may waive the requirements for conversion of schematic layouts 38 where, in the City's judgment, conversion serves no useful purpose. However, 39 do not rely upon waivers being issued except as specifically issued in writing 40 by the City. 41 B. Final Project Record Documents 42 1. Transfer of data to Drawings 43 a. Carefully transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as required. 45 b. Clearly indicate at each affected detail and other Drawing a full description of 46 changes made during construction, and the actual location of items. 47 c. Call attention to each entry by drawing a "cloud" around the area or areas 48 affected. CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 PX 23 24 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 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 Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105664 Revised April 7, 2014 APPENDIX GC-4.02 Subsurface and Physical Conditions GR-01 60 00 Product Requirements CITY OF FORT WORTH Maverick; Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105664 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105664 Revised July 1, 2011 GEOTECHNICAL EXPLORATION VEALE SOUTH- AMENITY BUILDINGS AND WATERLINE Off Highway 377 Fort Worth, Texas UES Report No. W240918 June 25, 2024 Prepared for: FW CLUB LP 4001 Maple Avenue, Suite 270 Dallas, Texas 75219 Attention: Mr. Ryan Burgess Prepared By: /10 uEs. Environmental Geotechnical Engineering Materials Testing Field Inspections & Code Compliance Geophysical Technologies June 25, 2024 FW Club LP 4001 Maple Avenue, Suite 270 Dallas, Texas 75219 Attention: Mr. Ryan Burgess Re: Geotechnical Exploration Veale South- Amenity Buildings and Waterline Off Highway 377 Fort Worth, Texas UES Report No. W240918 Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Taylor Baird on June 7, 2024 and performed in accordance with UES Professional Solutions 44, LLC (hereinafter UES) Proposal No. 104194-rev3, dated June 6, 2024. Boring 2 (amenity building boring) and Boring 12 (water line boring) were not accessible at the time of this study due to difficult site conditions. The report will be updated once these borings are accessible and drilled. A separate report for an eighth amenity building (future Boring 42) will be issued under a separate cover. A pavement report (Borings 17 through 41) will also be issued under a separate cover. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of foundations and waterline. Recommendations for public pavement will be provided in a separate report. UES Professional Solutions 44, LLC appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. Sincerely, UES PROFESSIONAL SOLUTIONS 44, LLC•A��, X . O.. ... to X BRIAN J. HiWT I6 11574$ c1� t{� June 25, 2024 Karina Cohuo Bryan J. Hoyt, P.E. Geotechnical Project Manager Area Managing Director KC/BJH/dt Copies: (1-PDF) Client 5058 Brush Creek Rd I Fort Worth, TX 761191 ph 817-496-5600 TeamUES.com UES REPORT NO. W240918 1.0 PURPOSE AND SCOPE......................................................................................................... 1 2.0 PROJECT CHARACTERISTICS................................................................................................ 1 3.0 FIELD EXPLORATION............................................................................................................ 2 4.0 LABORATORY TESTS............................................................................................................ 2 5.0 GENERAL SUBSURFACE CONDITIONS................................................................................. 2 6.0 DESIGN RECOMMENDATIONS............................................................................................3 6.1 Floor Slab and Potential Seasonal Movements -(Amenity Buildings, Borings 1, 3 through7)........................................................................................................................... 4 6.1.1 Subgrade Improvement Using Moisture Conditioning ........................................... 5 6.2 Slab -On -Grade Foundation..................................................................................... 6 6.3 Post -Tensioned Slab -on Grade Design Criteria....................................................... 7 6.4 Wire Reinforcement Institute Design Criteria (Alternative) ................................... 7 6.5 Exterior Flatwork..................................................................................................... 7 6.6 Seismic Considerations........................................................................................... 8 6.7 Drainage and Other Considerations....................................................................... 8 7.0 GENERAL CONSTRUCTION PROCEDURES AND guidelines .................................................. 9 7.1 Site Preparation and Grading.................................................................................. 9 7.2 Foundation Excavations........................................................................................ 11 7.3 Fill Compaction..................................................................................................... 11 7.4 Utilities..................................................................................................................12 7.5 Groundwater.........................................................................................................13 8.0 LIMITATIONS.....................................................................................................................13 APPENDIX A-1 Methods of Field Exploration Boring Location Plan — Figure 1 B-1 Methods of Laboratory Testing Logs of Borings Key to Soil Symbols and Classifications 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for UES PROFESSIONAL SOLUTIONS 44, LLC (UES) to evaluate for FW Club LP (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests. 2.0 PROJECT CHARACTERISTICS It is proposed to construct amenity buildings and a waterline on a tract of land located north of Highway 377 and west of Hawkins Home Boulevard in Fort Worth, Texas. A site plan illustrating the general outline of the property is provided as Figure 1, the Boring Location Plan, in the Appendix. At the time the field exploration was performed, the site consisted of a vacant tract of land with scattered trees and several creeks crossing the property. No information regarding previous development on the site was provided to us. Review of the topographical maps available at www.dfwmai)s.com indicate the site generally slopes down towards the northeast about 110 ft (Appx. Elev. 860 ft to Appx. Elev. 750 ft). We understand the new structures are expected to create light loads to be carried by the foundation. It is also anticipated the new structures will be supported using a slab -on -grade foundation designed for potential seasonal movements of 1 inch or less. No below -grade slabs are planned. Grading plans were not provided to us for this study. For the purpose of our 1 analysis, we have assumed maximum cuts and/or fills of up to 2 ft will be required to achieve final grade. 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 14 test borings drilled to depths of about 15 ft to 20 ft. The test borings were drilled in general accordance with ASTM Standard D 420 using standard rotary drilling equipment. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on Log of Boring sheets included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, these boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on the Log of Boring sheets enclosed in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site lies within the mapped interface of the Duck Creek Limestone formation, Kiamichi formation and the undivided Goodland Limestone and Walnut Clay formation. These formations generally consist of limestone with marl (limey shale) layers. Residual overburden soils associated with these formations generally consist of clay soils with low to high shrink/swell potential. Subsurface conditions at geological interfaces can be highly variable as indicated on the attached boring logs. Amenity Buildings (Borings 1 and 3 through 7) Subsurface conditions encountered in the borings generally consisted of clay and/or sandy clay to depths of about 1 ft to 10 ft below the ground surface, underlain by weathered limestone and/or limestone extending to the 20 ft termination depth. 2 Waterline (Borings 8 through 11 and 13 through 16) Subsurface conditions encountered in most of the borings generally consisted of clay and/or sandy clay to depths of about 2 ft to 8 ft below the ground surface, underlain by limestone extending to the 15 ft termination depth. Subsurface conditions encountered in Boring 15 generally consisted of clay extending to the 15 ft termination depth. Most of the materials encountered in the borings are considered relatively impermeable and are expected to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. Free groundwater was encountered on drilling tools during drilling in Borings 1, 6 and 11 at depths of about 8 ft to 11 ft below the ground surface. The open boreholes were dry immediately upon completion of drilling in these borings. No groundwater was encountered in the remaining borings. However, it is common to encounter seasonal groundwater from natural fractures within the clayey matrix, at the soil/rock (limestone) interface and from fractures within the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the Log of Boring sheets provided in the Appendix. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). Should the project criteria change, including the building location on the site, our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final plans and specifications for review prior to construction. The design information provided in this report was developed assuming that final grades are constructed within 2 ft of existing grades. Additional cutting and filling beyond that assumed might require modifications to the recommendations provided herein. It is recommended our office be contacted once final grades are established to determine if modifications to the recommendations in this report are necessary. 3 6.1 Floor Slab and Potential Seasonal Movements -(Amenity Buildings, Borings 1, 3 through 7) Our findings indicate potential seasonal movements of the floor slabs constructed within 2 ft of the existing ground surface could be up to about 2 to 4 inches due to the shrinking and swelling of active clay soils, depending on the depth of limestone. Our estimate of potential movement is based on the assumption that any fill used to raise the grade will consist of onsite or similar soils with a plasticity index of 30 or less. Use of fill material with a higher plasticity index could result in potential movements exceeding our estimates and should therefore not be placed in the building pad. If grading requires cuts or fills greater than 2 ft are required to achieve final grade in any of the amenity building areas, a revision to our recommendations may be required. Our office should be provided with final plans prior to construction to review and revise recommendations contained herein as applicable. Potential seasonal movements were estimated in general accordance with methods outlined by the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. The estimated movements were calculated assuming the moisture content of the in -situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by methods outlined in Texas Department of Transportation Test Method Tex-124-E. Also, it was assumed a 1 psi surcharge load from the slab acts on the subgrade soils. Movements exceeding our estimates could occur if the existing soils are exposed to an extended dry period, positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface migration from off -site locations. We understand it is desired to reduce the potential seasonal movement of floor slabs to about 1 inch. Movements could be reduced to about 1 inch by placing non -expansive fill below the bottom of the floor slab in conjunction with moisture conditioned soil (if required, depending on the location of the amenity building) extending to a specified depth below the non -expansive fill, or the top surface of limestone, whichever is encountered first. The non -expansive fill thickness and depth of moisture conditioning is summarized in Table A. Moisture conditioning is described in Section 6.1.1. Non -expansive fill could consist of select fill or flexible base material as described in Section 7.3. Table A contains a summary of recommended subgrade improvements for the buildings based on subsurface conditions encountered in the borings. 4 TABLE A Summary of Recommended Subgrade Improvements to Reduce Potential Movements to about 1 inch (Based on maximum cuts and fills of 2 ft) Boring Nos. Non -Expansive Fill Thickness Depth of Moisture Conditioning 1, 5 and 6 2 ft 10 ft' 3, 4 and 7 2 ft2 None required 'Limestone could be encountered within the recommended depth of subgrade improvement. Moisture conditioning should extend to a depth of 10 ft below the non -expansive fill, or to the top surface of limestone, whichever is encountered first. zlt is not required to over -excavate limestone for the placement of the non -expansive fill. 6.1.1 Subgrade Improvement Using Moisture Conditioning Potential movements could be reduced to about 1 inch by placing moisture conditioned soil extending to a depth as summarized in Table A below the non -expansive fill to the depth summarized in Table A, or the top surface of limestone, whichever is encountered first. Non -expansive fill could consist of select fill or flexible base material as described in Section 7.3. Moisture -conditioning consists of processing and compacting the specified minimum thickness of on -site soil at a "target" moisture content approximated to be at least 5 percentage points above the material's optimum moisture content as determined by the standard Proctor method (ASTM D 698). The moisture -conditioned soil should be compacted to a dry density of 93 to 97 percent of standard Proctor maximum dry density. Moisture conditioning of the on -site soil should extend throughout the entire building pad, turf and tennis court areas and at least 5 ft beyond the perimeter of the building pad, turf and tennis court areas. Moisture conditioning should also extend below any adjacent flatwork for which it is desired to reduce movements. However, non -expansive material should not extend beyond the limits of the building limits, impervious turf, tennis court or flatwork surfaces. If flatwork or paving is not planned adjacent to the structures for which it is desired to reduce movements (i.e. above the moisture -conditioned soils extending beyond the designated structures), a moisture barrier consisting of a minimum of 10 mil plastic sheeting with 8 to 12 inches of soil cover should be provided above the moisture conditioned soils. Moisture -conditioned soils should be maintained in a moist condition prior to placement of the required thickness of non -expansive material or flatwork. The resulting estimated potential seasonal movement (about 1 inch) was calculated assuming the moisture content of the moisture -conditioned soil varies between the "target" moisture content and the "wet" condition while the deeper undisturbed in -situ soil within the normal zone of seasonal moisture content change varies between the "dry" condition and the "wet" condition as defined by methods outlined in TxDOT Test Method Tex-124-E. 5 The purpose of moisture -conditioning is to reduce the free swell potential of the moisture -conditioned soil to 1 percent or less. Additional laboratory tests (i.e., standard Proctors, absorption swell tests, etc.) should be conducted during construction to verify the "target" moisture content for moisture -conditioning (estimated at 5 percentage points above the material's optimum moisture content as defined by ASTM D 698) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. In addition, it is recommended samples of the moisture -conditioned material be routinely obtained during construction to verify the free swell of the improved material is 1 percent or less. In choosing moisture conditioning, the Owner is accepting some post construction seasonal movement of the grade supported structure (about 1 inch). Moisture conditioning should be monitored and tested on a full-time basis by UES to verify materials tested are placed with the proper degree of moisture and compaction as presented in this report. Field density tests should be performed for each lift of fill placed in each building pad area. 6.2 Slab -On -Grade Foundation Our findings indicate the amenity buildings could be supported on slab foundations. Slab foundations will be subject to potential movements as discussed in Section 6.1 (about 2 to 4 inches). Subgrade improvement will be required to reduce potential movements of slab foundations to the desired level (1 inch) as discussed in Section 6.1. The slab foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable soil bearing pressure of 1.5 kips per sq ft may be used for design of grade beams bearing on an improved subgrade as discussed in Section 6.1. Grade beams should bear a minimum depth of 12 inches below final grade and should have a minimum width of 10 inches for bearing capacity considerations. To reduce cracking as normal movements occur in foundation soils, all grade beams and the floor slabs should be adequately reinforced with steel (conventional reinforcing steel and/or post - tension reinforcement). It is common to experience some minor cosmetic distress to structures with slab -on -grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slab and subgrade soils to retard moisture migration through the slab. M. 6.3 Post -Tensioned Slab -on Grade Design Criteria Table B contains information for design of the post -tensioned, slab -on -grade foundation. Design parameters were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). TABLE B Post -Tensioned Slab -on -Ground Design Criteria Potential Seasonal Movement = 1 inch Edge Moisture Distance, ft (em) Differential Soil Movement, inches (ym) EDGE LIFT CENTER LIFT 4.3 8.5 1.2 (swell) 1.0 (shrink) 6.4 Wire Reinforcement Institute Design Criteria (Alternative) Alternatively, the foundation could be designed using the Design of Slab -On -Ground Foundations published by the Wire Reinforcement Institute, Inc. (Aug., 1981). WRI parameters are provided in Table C. TABLE C WRI Design Criteria Potential Seasonal Movement = 1 inch Design Method WRI Climatic Rating (Cw) 17 Effective Plasticity Index 38 Soil Compressive Strength (tsf) 0.5 The structural engineer should verify beam spacing is adequate for support of structural loads and applicable building codes. WRI design procedures do not account for the effects of moisture conditioning. 6.5 Exterior Flatwork Exterior flatwork supported within 2 ft of existing grade could be subjected to potential seasonal movements of up to about 2 to 4 inches as described in Section 6.1. If this level of movement is not acceptable, subgrade improvement as discussed in Section 6.1 can be considered to reduce potential movements to about 1 inch. 7 6.6 Seismic Considerations The Site Class for seismic design is based on several factors that include soil profile (soil or rock), shear wave velocity, and strength, averaged over a depth of 100 ft. Since our borings did not extend to 100-foot depths, we based our determinations on the assumption that the subsurface materials below the bottom of the borings were similar to those encountered at the termination depth of the borings. Based on Section 1613.3.2 of the 2012 International Building Code and Table 20.3-1 in the 2010 ASCE-7, we recommend using Site Class C (very dense soil and soft rock) for seismic design at this site. 6.7 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 10 ft of the structure should be sloped away from the building to prevent ponding of water around the building. Final grades within 10 ft of the structure should be adjusted to slope away from the structure at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structure is essential. In areas with pavement or sidewalks adjacent to the new structure, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post -construction movement of pavement and flatwork is common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc. as well as resealing where necessary. Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab system: • Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 10 feet from the completed structure. • Large trees and shrubs should not be allowed closer to the foundation than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. • Moisture conditions should be maintained "constant" around the edge of the slab. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report. • Planter box structures placed adjacent to the building should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy. H., • The root systems from any existing trees at this site will have dried and desiccated the surrounding clay soils, resulting in soil with near -maximum swell potential. Clay soils surrounding tree root mats within the building areas or areas to be covered with grade slabs (including, but not limited to, flatwork, pavement, equipment pads, etc.) should be removed to a depth of at least 1 ft below the root ball and compacted in -place with moisture and density control as described in Section 7.3. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4 and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structure. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structure. 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 7.1 Site Preparation and Grading Limestone was encountered within 4 ft of the ground surface in several of the borings. We expect limestone will be encountered during grading and general excavation at this site. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting floor slabs, footings, flatwork, pavement, or areas to receive new fill should be properly prepared. • After completion of the necessary stripping, clearing, and excavating, and prior to placing any required fill, the exposed soil subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place PJ should be removed. • The exposed soil subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 20 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. • Proof -rolling procedures should be observed routinely by a Professional Engineer or their designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed during the proof -roll should be removed and replaced with well -compacted material as outlined in Section 7.3. • Prior to placement of any fill, the exposed soil subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) feet. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in Section 7.3, deep fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be placed well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. 10 Due to the nature of the clay soils found near the surface at some of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. 7.2 Foundation Excavations All foundation excavations should be properly monitored to verify loose, soft, or otherwise unsuitable material are removed. All foundation excavations should be monitored to verify foundations bear on suitable material. The bearing stratum exposed in the base of all foundation excavations should be protected against any detrimental change in condition, , such as surface sloughing or side disturbance, rain or excessive drying. Surface runoff should be drained away from excavations and not allowed to pond in the bottom of the excavation. Concrete for foundations should be placed as soon as practical after the excavation is made. That is, the exposed foundation soils should not be allowed to become excessively dry or wet before placement of concrete. 7.3 Fill Compaction Select fill used as non -expansive material should have a liquid limit less than 35, a plasticity index (PI) not less than about 4 nor greater than 15 and contain no more than 0.5 percent fibrous organic materials, by weight. All select material should contain no deleterious material and should be compacted to a dry density of at least 98 percent standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. The plasticity index and liquid limit of material used as select non -expansive material should be routinely verified during placement using laboratory tests. Visual observation and classification should not be relied upon to confirm the material to be used as select, non -expansive material satisfies the required Atterberg-limit criteria. Flexible base used as non -expansive material in the building pad should consist of material meeting the requirements of TOOT Standard Specifications Item 247, Type A, B, C, or D, Grade 1-2 or 3. The flexible base should be compacted to at least 98 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 2 percentage points below to 2 percentage points above the material's optimum moisture content. The following recommendations pertain to general fill. Moisture conditioned soil should conform to recommendations in Section 6.1. 11 Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of +2 to +6 percentage points of the material's optimum moisture. Clay soils used for general fill with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of -1 to +3 percentage points of the material's optimum moisture. Clayey material used as fill should be processed such that the largest particle or clod is less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within — 2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined above. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 7.4 Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. 12 Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. 7.5 Groundwater Free groundwater was encountered in Borings 1, 6 and 11 at depths of about 8 ft to 11 ft below the ground surface. However, from our experience, shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for pavement, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. LIES, upon written request, can be retained to provide these services. UES is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party 13 shall have obtained UES's written acceptance of such intended use. Any such third party using this report after obtaining UES's written acceptance shall be bound by the limitations and limitations of liability contained herein, including UES's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which UES may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by UES. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non- compliance with any of these requirements by the Client or anyone else shall release UES from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, UES is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 14 APPENDIX A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of 14 test borings were performed for this geotechnical exploration. The approximate locations of the borings are shown on the Boring Location Plan, Figure 1. The test boring locations were staked by either pacing or taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the methods used to define them. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin -wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and evaluated visually. One representative portion of each sample was sealed in a plastic bag for use in future visual evaluation and possible testing in the laboratory. Texas Department of Transportation Texas Cone Penetration (TCP) tests were completed in the field to determine the apparent in -place strength characteristics of the rock type materials. A 3- inch diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis forTxDOT strength correlations. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field log and are shown on the Log of Boring sheet as "TX Cone" (reference: TxDOT Test Method TEX 132-E). Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. W �"�� r'r '• r. r 1 ' ti r r + � 4 LAKE 1 1 `BOH • 1'1� �o r ��1�i11L1fill �d t �i to 1 ` %' • B-33� B-2 .r f IF Fr i i '• B-35- r B-26, B-12 1f' x i B-27 _ B-39 i B-36 P i B-25 r1 `` B-41" 1 1 - , ry' - t B 4 B-40 r B-38 B-37 i+•�-1 1 # 1 o A B- 3 B-31 B 3 0! B-28 B-22 ,15. r rB-110. e ' I- }L. ,I GEOTECHNICAL EXPLORATION VEALESOUTH OFF HIGHWAY 377 FORT WORTH, TEXAS UES PROJECT NO. W240918 B .42 M.,gm 1 B-3 r' B- . t t. con 'o o�, h e`.. B-21Ej { nkl B-32 l B-5 B-19 B-17 B-6 y. rjo UES-�- formerly Alpha Testing FIGURE 1 BORINGS NOT DRILLED AMENITY BUILDINGS AND WATERLINE BORINGS PAVEMENT BORINGS BORING LOCATION PLAN B-1 METHODS OF LABORATORY TESTING Representative samples were evaluated and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318), percent material finer than the No. 200 sieve tests (ASTM D 1140), and dry unit weight determinations were conducted on selected samples. In addition, unconfined compressive strength tests (ASMT D 2166) and pocket - penetrometer tests were conducted on selected soil samples to evaluate the soil shear strength. Results of these laboratory tests are provided on the Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clayey soils were further analyzed by absorption swell tests. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of the absorption swell tests are provided on the attached Log of Boring sheets. 5058 Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 F817-496-5600 Sheet 1 of 1 �10U E Fax: 817-496-5608 PROJECT NO.: W240918 . www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E o m w �7 On Rods (ft): g > o ii� (B �.� �, �, E E a Q a ZAfter Drilling (ft): DRY o o 3 Y o o o -05 a, s cn o, m o Q c v � -o = a, o m After Hours (ft): a " ° - a D aN o" 3 (!) Q Ur X CO O o O Z J Il T I—d MATERIAL DESCRIPTION Dark Brown CLAY with gravel 4.5+ 19 77 24 53 — — 4.5+ 4.0 107 16 4.0 5 Brown CLAY with limestone fragments and calcareous nodules 4.5+ 18 43 18 25 0.0 — _ 9.0 10 Tan LIMESTONE with clay seams and 100/ 17 — — layers 0 15 100/ 18 20 20.0 100/ 19 TEST BORING TERMINATED AT 20 FT G 25 30 35 5058 Brush Creek Rd. BORING NO.: 3 I10U E S,. Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/15/2024 End Date: 5/15/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0 51 _ T _—T 10-1 --T 15 _—T _—T 201 25 30 35 Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6•E E.-. _ x VOn Rods (ft): NONE o U?a' c.°' w E a ZAfter Drilling (ft): o W o aa,a o o iDRY 7After Hours (ft): .5 L o, (�n o a Z oe' Tx Ha MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments and calcareous nodules 1.0 ,- Tan LIMESTONE with clay seams and layers 4.0 Tan LIMESTONE , 100/ 0.50" 100/ 1" 14.0 Gray LIMESTONE with shale seams and 100/ layers , 0.50" 20.0 , 100/ TEST BORING TERMINATED AT 20 FT 6.3u 5058 Brush Creek Rd. BORING NO.: 4 �Jo Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/15/2024 End Date: 5/15/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m �7 On Rods (ft): NONE T o N U� -0 �� j E C c 1 Q a ZAfter Drilling (ft): DRY o 3 Y o o s a, s > w cn o, m o Q c v -o a, m 7After Hours (ft): a " ° - a aN o" 3 (!) Q Ur X O o O Z J Il T Ha MATERIAL DESCRIPTION j Brown CLAY with gravel and calcareous nodules 4.5+ 10 35 17 18 2.0 Tan LIMESTONE with clay seams and layers 5 , 100/ 7 1" 10 , 50/ 11 2" 15 , 100/ 10 1" 20 20.0 , 100/ 7 TEST BORING TERMINATED AT 20 FT 6.3u 25 30 35 UEST. 5058 Brush Creek Rd. Worth, Texas 76119 Phone: 817-496-5600(0 BORING NO.: 5Fort Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/15/2024 End Date: 5/15/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) VOn Rods (ft): NONE ZAfter Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments and calcareous nodules 5 Tan LIMESTONE with clay seams and layers _10 _15 20_ TEST BORING TERMINATED AT 20 FT 25 30 35 Hammer Drop (lbs / in): 170 / 24 o.S a E ° I o _ x `o U� E 8-1 > ha E U o4 d 9 C N aN 0 -' s ,V 3 x° ° o� ��_ o ° ° J FL (n Ha a- Z 4.5+ 8 4.5+ 17 4.5+ 12 50 18 32 3.7 6.0 100/ 10 0.50" 61 100/ 9 1.50" 100/ 7 0.50" 20.0 , 100/ 7 6.3u I10UES. 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 6 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS VOn Rods (ft): 11 ZAfter Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Brown CLAY with gravel 5 Tan CLAY with gravel 10 Tan LIMESTONE with clay seams and — — - layers 15 20 TEST BORING TERMINATED AT 20 FT 25 30 35 Hammer Drop (lbs / in): 170 / 24 o.S a E a) I o _ x `o U� E 8-1 a �� of �o) u) a� mo �a O a o� E U� o4 d 9 C N aN 0 -' (� s ,V 3 x� o� ��_ o a J o (n Ha d Z 2.75 26 4.0 20 57 21 36 0.0 2.5 18 6.0 1.75 17 10.0 2.0 12 100/ 16 1" 20.0 , 100/ 19 6.3u 5058 Brush Creek Rd. BORING NO.: 7 UES Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 Wo Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/13/2024 End Date: 5/13/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E m �7 On Rods (ft): NONE T N o U� -0 �� j E C c 1 Q a ZAfter Drilling (ft): DRY 3 Y o o o s a, s > w cn o, m o Q c v -o a, m 7After Hours (ft): a " ° - a aN o" 3 (!) Q Ur X O o O Z J Il T Ha MATERIAL DESCRIPTION Brown CLAY with gravel 3.75 20 49 20 29 _ 2.0 Tan SANDY CLAY 4.5+ 51 14 _ 4.0 5 Tan WEATHERED LIMESTONE with clay 100/ 6 seams and layers 6.50" _ 7.0 Tan LIMESTONE with clay seams and layers 10 , 100/ 8 1.50" 15 , 1000/ 9 20 20.0 , 100/ 7 TEST BORING TERMINATED AT 20 FT 6.3u 25 30 35 I10 U E S,. Formerly Alpha Testing Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com BORING NO.: 8 Sheet 1 of 1 PROJECT NO.: W240918 FW Club LP Location: Fort Worth, Texas Veale South Surface Elevation: 5/13/2024 End Date: 5/13/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS VOn Rods (ft): NONE ZAfter Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with gravel and limestone fragments Tan LIMESTONE with clay seams and layers _5 10 15 Gray LIMESTONE with clay seams and lavers TEST BORING TERMINATED AT 15 FT 20 25 30 35 Hammer Drop (lbs / in): 170 / 24 o.S a E a) I o _ x � 8-1-) o m � Oo aa E U o 40- 9C N aN 0' s ,V o J Fxa (3n d Z 4.5+ 12 59 18 41 2.0 100/ 9 1.50" 100/ 7 1" 100/ 10 0.50" 14.0 100/ 15.0/, 6 8 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Wo Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/13/2024 End Date: 5/13/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E o m �7 On Rods (ft): NONE T N o U� -0 �� j E C c 1 Q a ZAfter Drilling (ft): DRY 3 Y o o o s a, s > w cn o, m o Q c v -o a, o m After Hours (ft): a " ° - a D aN o" 3 (!) Q Ur X CO O o O Z J Il T I—d MATERIAL DESCRIPTION Brown CLAY with gravel 3.0 19 _ 2.0 Tan CLAY with gravel and calcareous nodules — 4.5+ 3.2 109 16 4.0 _ 5 Tan LIMESTONE with clay seams and , 100/ 11 — — layers 1" 10 , 100/ 8 0.50" 15 15.0 , 100/ 9 TEST BORING TERMINATED AT 15 FT J 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 10 I10UES Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/13/2024 End Date: 5/13/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m �7 On Rods (ft): NONE T N o U� -0 �� j E C c 1 Q a ZAfter Drilling (ft): DRY 3 Y o o o s a, s > w c cn o, m o Q v -o a, m 7After Hours (ft): a " ° - a aN o" 3 (!) Q Ur X CO O o O Z J Il T Ha MATERIAL DESCRIPTION %, Brown CLAY with gravel and limestone �/ fragments 4.25 16 50 18 32 i 3.0 11 _ Tan LIMESTONE , 100/ 7 _ 0.50" , 1000/ 7 _5_ 10 , 100/ 7 1" _ 13.0 Gray LIMESTONE 15 15.0 , 100/ 7 TEST BORING TERMINATED AT 15 FT 6.3u 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 11 IJoUES Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m V On Rods (ft): 8o -05 s Q a ZAfter Drilling (ft): DRY o 3 Y o o a, cn o, m o Q c v -o a, m 7After Hours (ft): a " ° - a aN o" 3 (!) Q Ur X O o O Z J Il T I—d MATERIAL DESCRIPTION j Dark Brown CLAY with gravel, calcareous j nodules and limestone fragments 18 48 19 29 2.0 — Gray LIMESTONE with clay seams and , 50/ 10 layers 0.50" 5 , 0 50/' 9 10 , 100/ 25 15 15.0 , 100/ 30 TEST BORING TERMINATED AT 15 FT I 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 13 r/0 Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m �7 On Rods (ft): NONE T N o U� -0 �� j E C c 1 Q a ZAfter Drilling (ft): DRY 3 Y o o o s a, s > w c cn o, m o Q v -o a, m 7After Hours (ft): a " ° - a aN o" 3 (!) Q Ur X O o O Z J Il T I—d MATERIAL DESCRIPTION Brown CLAY with limestone fragments and calcareous nodules 4.5+ 13 58 19 39 2.0 _ Gray LIMESTONE , 100/ 10 1" 5 , 0 50/' 7 10 , 100/ 7 0.50" 15 15.0 , 100/ 7 TEST BORING TERMINATED AT 15 FT 6 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 14 UES. Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 Wo Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/15/2024 End Date: 5/15/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m �7 On Rods (ft): NONE T N U� �� j E C c Q a ZAfter Drilling (ft): DRY o 3 Y o o o -0s a, s > w cn o, m o Q c v 1 -o a, m 7After Hours (ft): a " ° - a aN o" L M o (!) Q Ur X CO O o O Z J Il T I—d MATERIAL DESCRIPTION Dark Brown CLAY 3.25 26 - - 4.5+ 19 67 21 46 _ 4.0 5 Brown CLAY with gravel and calcareous - nodules 4.5+ 19 - - 4.5+ 9 _ 8.0 Tan LIMESTONE with clay seams and - 10 layers , 100/ 13 0.50" 14.0 _ 15 -LT Tan LIMESTONE 15.0 , 100/ 7 TEST BORING TERMINATED AT 15 FT 6.3u 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 15Fort Worth, Texas 76119 Phone: 817-496-5600Wo Sheet 1 of 1 UEST. Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/15/2024 End Date: 5/15/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): GROUND WATER OBSERVATIONS m -6 E— t m > 2,ff NONE T i m U� V5U) E E c a �7 On Rods (ft): p 3 Y a> s w c n a VAfter Drilling (ft): DRY a ow �� 00 u) a� mo �a 0 o m 7After Hours (ft): " ° - a aN o" L M o Q Ur X CO O o O J Il T (!) �a Z MATERIAL DESCRIPTION Dark Brown CLAY 2.0 27 3.5 25 - 5 4.5+ 2.4 100 22 _ 6.0 Brown CLAY with gravel - 4.0 22 63 21 42 _ 8.0 Tan CLAY with gravel and calcareous nodules - 4.5+ 15 10 - - 4.5+ 16 15 15.0 TEST BORING TERMINATED AT 15 FT 20 25 30 35 Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 16 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 (0 UEST. Fax: 817-496-5608 PROJECT NO.: W246918 www.alphatesting.com Formerly Alpha Testing FW Club LP Location: Fort Worth, Texas Veale South Surface Elevation: 5/15/2024 End Date: 5/15/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS VOn Rods (ft): NONE ZAfter Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with gravel, limestone �j fragments and calcareous nodules 5 Tan LIMESTONE 10 151 Gray LIMESTONE TEST BORING TERMINATED AT 15 FT 20 25 30 35 Hammer Drop (lbs / in): 170 / 24 o.S a E a) I o _ x `o U� E 8-1 a �� of �o) u) a� mo �a O a E o� U� o4 d 9 C N aN 0 -' (� s ,V 3 U x� ' o� ��_ o a J o (n I- d d Z 4.5+ 20 4.25 19 43 18 25 4.0 100/ 1" 100/ 1" 14.0 15.0 , 100/ 6.3u' Wo KEY TO SOIL SYMBOLS E S TM AND CLASSIFICATIONS Formerly Alpha Testing SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsfl (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN(ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 19 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) W (GM), SILTY GRAVEL n(OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 1♦ S SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ❑SILT ROCK CORE (2" ID except where CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) //I UES'. June 25, 2024 FW Club LP 4001 Maple Avenue, Suite 270 Dallas, Texas 75129 Attention: Mr. Ryan Burgess Re: Public Pavement Recommendations Veale South Off Highway 377 Fort Worth, Texas UES Report No. W240918-A Environmental Geotechnical 'Engineering Materials Testing Field Inspections & Code Compliance Geophysical Technologies Submitted herein are the recommended pavement sections for the selected proposed public streets. The proposed streets are generally located north of Highway 377 and west of Hawkins Home Boulevard in Fort Worth, Texas. This study was authorized by Mr. Taylor Baird on June 7, 2024 and performed in accordance with UES Proposal No. 104194-rev3 dated June 6, 2024. Boring 25 was not accessible at the time of this study due to difficult site conditions. The report will be updated once this boring is accessible and drilled. Reports for amenity buildings and water line utilities will be issued under separate reports which will reference Borings 1 through 7, 8 through 16 and 42). The purpose of this study is to develop pavement sections for the planned streets. We understand the pavement will be constructed in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed streets could be classified as "Residential -Urban", "Collector" or "Arterial", as described in the referenced manual. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for UES PROFESSIONAL SOLUTIONS 44, LLC (UES) to evaluate for FW Club LP (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. 5058 Brush Creek Rd I Fort Worth, TX 761191 ph 817-496-5600 TeamUES.com Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at the boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests. 14191► 1►1rile1: &O2:1:14161 MILTA 1I►UJ_111I M 0M Table A contains a summary of pavement section requirements for proposed streets at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential -Urban Collector Arterial PCC Pavement Thickness(in) placed on lime stabilized subgrade soil 28-day Concrete Compressive Strength (psi) Subgrade Treatment Application Rate (Ibs per sq yd) Reinforcing Bar No. Reinforcing Bar Spacing (in) 6 7% 10 3,600 3,600 3,600 6 inches Lime 8 inches8 inches Lime Lime 30 36 36 3 3 4 18 18 18 Further recommendations and analyses used to develop the summary in Table A are provided further in this report. FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 24 test borings drilled to depths of about 10 ft to 30 ft. The test borings were performed in general accordance with ASTM D 420 using standard rotary drilling equipment. The approximate location of each boring is shown on the attached Boring Location Plan, Figure 1. Subsurface types encountered during the field exploration are presented on the attached Log of Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: • Moisture Content (ASTM D 2216) • Atterberg-Limits (ASTM D 4318) • Unconfined Compressive Strength (ASTM D 2166) • Sulfate Content (TX-145-E Part II) • Lime Series (Plasticity Index vs. Lime Content) GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site lies within the mapped interface of the Duck Creek Limestone formation, the Kiamichi formation and the undivided Goodland Limestone and Walnut Clay formation. These formations generally consist of limestone with marl (limey shale) layers. Residual overburden soils associated with these formations generally consist of clay soils with low to high shrink/swell potential. Subsurface conditions at geological interfaces can be highly variable as indicated on the attached boring logs. Subsurface conditions encountered in most of the borings generally consisted of clay, shaly clay, clayey gravel, sandy clay and/or clayey sand to depths of about 1 ft to 10 ft below the ground surface underlain by weathered limestone, limestone and/or shale extending to the 10 ft, 15 ft, 20 ft or 30 ft termination depths of the borings. More detailed stratigraphic information is presented on the attached Log of Boring sheets. The granular soils (clayey sand and clayey gravel) encountered in the borings are considered relatively permeable and are expected to have a relatively rapid response to water movement. However, the clay, sandy clay, shaly clay, limestone and shale encountered in the borings are considered relatively impermeable and are expected to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. Free groundwater was encountered on drilling tools during drilling in Borings 27 and 33 at depths of about 6 ft and 19 ft below the ground surface, respectively. The open boreholes were dry immediately upon completion of drilling in these borings. No groundwater was encountered in the remaining borings. However, it is common to encounter seasonal groundwater in granular materials, from natural fractures within the clayey matrix, at the soil/rock (limestone) interface and from fractures within the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further information concerning subsurface materials and conditions encountered can be obtained from the attached boring logs. aONlei 10 14 4.11 '! [CV-11 L1 M WM RWA 0111:1X4L01k1r,ILTA 1401D7_119lei 0 V Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross - sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Pavement Subgrade Preparation Based on review of the borings and a "heat map" grading exhibit provided by the client, we expect the pavement subgrade could consist of clay soils, limestone or similar onsite materials used for grading the site. Since the subgrade conditions and required treatments could vary along the proposed road alignment, UES should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively and mixed with a minimum 30 Ibs per sq yard of hydrated lime (by dry soil weight) for Residential Urban streets and 36 Ibs per sq yard for Collector and Arterial streets in conformance with TxDOT Standard Specifications Item 260. The recommended application rate for Residential Urban streets is the minimum required by the City of Fort Worth. The recommended application rate equates to about 6 percent based on a dry soil unit weight of 100 pcf. The results of lime series tests performed on representative clay samples are attached (Figure 2). We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil -lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil -lime mixture is at or below 15. Where the pavement subgrade consists of limestone, lime stabilization is not required. Cuttings from lime stabilized clay, cuttings from limestone excavations or flexible base material can be used as a leveling course to provide a smooth subgrade where the pavement subgrade consists of limestone. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades as could experience soil -related potential seasonal movements up to about 4 inches as discussed in the referenced foundation report. Potential seasonal movements are discussed in more detail in UES Report No. W240918. California Bearing Ratio (CBR) tests were not performed for this specific project. However, based on our experience in the area and similar conditions, the CBR value for the natural clay soil is estimated to be about 2 to 3. Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. Portland Cement Concrete Pavement Section Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section. • Compressive strength of concrete • Modulus of Elasticity • Modulus of Rupture • Modulus of Subgrade Reaction* • Load Transfer Co -efficient • Drainage Coefficient • Initial PSI • Terminal PSI for 3,600 psi at 28 days 4,000,000 psi 620 psi 280 pci 3.0 1.0 4.5 2.0 (Residential Urban) 2.25 (Collector) 2.5 (Arterial) • Standard Deviation 0.39 • Reliability 85 percent *Modulus of subgrade reaction is based on a lime stabilized subgrade or graded limestone subgrade as discussed in the previous Pavement Subgrade Preparation section. Design parameters used for our analysis are based on our experience with typical street design in north Texas. If the streets have different design tolerances or if the expected traffic volume is higher than supported by the recommended pavement section, our office should be contacted to re-evaluate our recommendations. Using the Street Classification of "Residential -Urban" as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban street pavement to be about 930,000. Using the Street Classification of "Collector" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 3,000,000. Using the Street Classification of "Arterial" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads (ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 13,000,000. If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets, a minimum 7%-inch section of Portland cement concrete is required for Collector classified streets and a minimum 10-inch section of Portland cement concrete is required for Arterial classified streets at this project. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 4.5 ± 1.5 percent entrained air. Joints in concrete paving should not exceed 15 ft. Reinforcing steel for concrete pavement could consist of No. 3 bars at 18 inches on center in each direction. Drainage and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A total of four (4) samples obtained from the borings were tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table B. Sample Boring Depth, No. No. ft TABLE B Soluble Sulfates Material Type Dark Brown CLAY with gravel and 1 23 0-2 limestone fragments Brown CLAY with limestone fragments 2 31 0-2 and calcareous nodules Dark Brown CLAY with limestone 3 33 0-2 fragments and cobbles Dark Brown CLAY with limestone 4 38 0-2 fragments and cobbles Soluble Sulfate, mg/Kg (ppm) 83 102 92 61 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed along the pavement subgrade during construction. During construction, experienced geotechnical personnel should make close observations for possible sulfate reactions. GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. Site Preparation and Grading Limestone was encountered within 4 ft of the ground surface in several of the borings. We expect limestone will be encountered during grading and general excavation at this site. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting pavement or areas to receive new fill should be properly prepared. • After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. • The exposed subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. • Proof -rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof -roll should be removed and replaced with well -compacted material as outlined in the Fill Compaction section. • Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clayey and sandy soils found near the surface at most of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. Fill Compaction The following compaction recommendations pertain to general filling and site grading. The pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation section. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay soils with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey soils used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills or utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within — 2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing utility lines under pavements and/or wall backfill. Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. Groundwater Free groundwater was encountered in Borings 27 and 33 at depths of about 6 ft and 19 ft below the ground surface, respectively. However, from our experience, shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for pavement, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. UES, upon written request, can be retained to provide same. UES is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined on the cover page of this report. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained UES's written acceptance of such intended use. Any such third party using this report after obtaining UES's written acceptance shall be bound by the limitations and limitations of liability contained herein, including UES's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which UES may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by UES. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non- compliance with any of these requirements by the Client or anyone else shall release UES from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, UES is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. CLOSURE All recommendations in the referenced geotechnical report remain unchanged unless specifically modified herein. We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, UES PROFESSIONAL SOLUTIONS 44, LLC � � I Karina Cohuo Geotechnical Project Manager KC/BJH/dt Copies: (1-PDF) Client Attachments: Boring Location Plan — Figure 1 Mechanical Lime Series — Figure 2 WinPAS Analysis Results Log of Borings Key to Soil Symbols and Classifications 4 � * Bryan J. Hoyt, P.E. Area Managing Director B-16 B-15 =ice B-14:. ~a_ i ,R I•�'�j]]5+��-�`� •ti B-1 .` �• is .r' ��� _ �:,..�. y1L \a �•• ti�C m '. f f _ fr �• . r L-KE r. f B-13 -42 Z. B-35r B-12 B-3- f B-36 - B-25 r1 B-4I B 4 n� B-40 r q B-38 B- j7 e-11 f e ` TTr .pp 3 • I ga ° ar r _ B-24 ".o B-31� B-28 B-22 "i.` I J:'•' ■ L ,.,I$ ' Cful , �r BI— B-20 B-29 B-214 j 1 � { {� nki ,. B-5 B-9 `BCH [• 1'1 �x �.1 � -�T � a e'er B-1�,�ii::i B-18� PUBLIC PAVEMENT RECOMMENDATIONS BORINGS NOT DRILLED VEALE SOUTH ' UES-�- PAVEMENT BORINGS OFF HIGHWAY 377 formerly Alpha Testing FORT WORTH, TEXAS AMENITY BUILDINGS AND UES PROJECT NO. W240918-A FIGURE 1 WATERLINE BORINGS BORING LOCATION PLAN r/0 TM Formerly Alpha Testing Geotechnical • Construction Materials • Environmental • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W240918 Date: 05/24/24 % Lime 0% 4% 6% 8% 10% PI 38 18 13 10 8 70 65 60 55 50 45 40 a 35 30 25 20 15 10 5 0 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15% Percent Dry Weight of Lime Figure 2 Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Residential Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 5.91 inches Load Transfer, J Design ESALs 930,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.00 Thursday, April 23, 2015 1:12:04PM Engineer: Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Collector Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 7.52 inches Load Transfer, J Design ESALs 3,000,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.25 Thursday, April 23, 2015 1:11:04PM Engineer: Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Arterial Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 9.87 inches Load Transfer, J Design ESALs 13,000,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.50 Thursday, April 23, 2015 1:09:59PM Engineer: Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 17 Fort Worth, Texas 76119 (0 Phone: 817-496-5600 Sheet 1 of 1 UESTm Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing FW Club LP Location: Fort Worth, Texas Veale South Surface Elevation: 5/13/2024 End Date: 5/13/2024 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS VOn Rods (ft): NONE ZAfter Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 TEST BORING TERMINATED AT 10 FT 15 20 25 30 35 Hammer Drop (lbs / in): 170 / 24 o.S a E a) I o _ x � ,V � Ho 2.0 2.5 30 67 22 45 100/ 20 2" 100/ 9 1" 10.0 , 100/ 11 1- 5058 Brush Creek Rd. BORING NO.: 18 I10U E S. Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/13/2024 End Date: 5/13/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m �7 On Rods (ft): NONE T N U� �� j E C - c Q a ZAfter Drilling (ft): DRY o 3 Y o o o -0s a, s > w cn o, m o Q c v 1 -o = a, m 7After Hours (ft): a " ° - a aN o" L M o (!) Q Ur X CO O o O Z J Il T I—d MATERIAL DESCRIPTION Dark Brown CLAY 3.0 27 _ 2.0 Brown CLAY with gravel and calcareous nodules 4.25 18 62 20 42 0.0 4.0 _ 5 Tan SANDY CLAY with calcareous nodules - 3.25 2.75 58 16 18 _ 7.0 Tan LIMESTONE 100/ 7 0 10 10.0 100/ 5 TEST BORING TERMINATED AT 10 FT 6.3u 15 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 19 Fort Worth, Texas 76119 Phone: 817-496-5600Wo Sheet 1 of 1 UESTm Fax: 817-496-5608 PROJECT NO.: W249918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/13/2024 End Date: 5/13/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m NONE T i m U� �'.� E E c a �7On Rods (ft): p 3 Y a> s .V5� w c n a VAfter Drilling (ft): DRY a ow �� 00 a� u) a� mo �a 0 o m 7After Hours (ft): " ° - a aN o" 3 Q Ur X CO O o O J Il T (!) �a Z MATERIAL DESCRIPTION Dark Brown CLAY with gravel 2.0 23 59 19 40 _ 2.0 Brown SANDY CLAY 3.0 1.2 52 99 18 4.0 5 Tan LIMESTONE 100/ 0.50" 10 10.0 100/ 5 TEST BORING TERMINATED AT 10 FT 6 15 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 20 r/0 UES. Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: Project: Start Date: Drilling Method: FW Club LP Location: Fort Worth, Texas Veale South Surface Elevation: 5/15/2024 End Date: 5/15/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) VOn Rods (ft): NONE ZAfter Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with limestone fragments and cobbles Tan LIMESTONE with clay seams and layers 5 Tan LIMESTONE 10 TEST BORING TERMINATED AT 10 FT 15 20 25 30 35 Hammer Drop (lbs / in): 170 / 24 o.S a E a) I o _ x `o U� E 8-1 o9 � Oo aa `—' U o 4 d 9C N aNE ,V 3 U x 'o �)� Js o (n I- d d Z 4.25 2.0 100/ 0.50" 4.0 100/ 0.50" 10.0 , 100/ I- 15 40 17 23 5058 Brush Creek Rd. BORING NO.: 21 r/0UES. Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m �7 On Rods (ft): NONE T N o U� -0 �� j E C c 1 Q a ZAfter Drilling (ft): DRY 3 Y o o o s a, s > w c cn o, m o Q v -o a, m 7After Hours (ft): a " ° - a aN o" 3 (!) Q Ur X O o O Z J Il T I—d MATERIAL DESCRIPTION Dark Brown CLAY with gravel and limestone fragments 2.0 18 _ 2.0 Tan LIMESTONE with clay seams and 15 layers 5 100/ 15 1" _ 6.0 Tan LIMESTONE 10 10.0 , 100/ 7 TEST BORING TERMINATED AT 10 FT 6.3u' 15 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 22 I10U E Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m �7 On Rods (ft): NONE T o N U� -0 �� j E C c 1 Q a ZAfter Drilling (ft): DRY o 3 Y o o s a, s > w cn o, m o Q c v -o a, m 7After Hours (ft): a " ° - a aN o" L M o (!) Q Ur X CO O o O Z J Il T I—d MATERIAL DESCRIPTION j Dark Brown CLAY with gravel and limestone fragments 4.25 19 48 20 28 2.0 Tan LIMESTONE with clay seams and , 100/ 12 layers 0.50" 4.0 _ 5 Tan LIMESTONE , 100/ 9 1" 10 10.0 , 100/ 6 TEST BORING TERMINATED AT 10 FT 6.3u' 15 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 23 I10U E Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E m �7 On Rods (ft): NONE T N U� �� j E C c Q a ZAfter Drilling (ft): DRY o 3 Y o o o -0s a, s > w c cn o, m o Q v 1 -o a, m 7After Hours (ft): a " ° - a aN o" L M o (!) Q Ur X CO O o O Z J Il T Ha MATERIAL DESCRIPTION Dark Brown CLAY with gravel and limestone fragments 4.5+ 13 2.0 _ Tan LIMESTONE with clay seams and , g layers 5 , 100/ 14 1" 10 10.0 , 88/ 8 TEST BORING TERMINATED AT 10 FT IL" 15 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 24 UES. Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 Wo Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E m �7 On Rods (ft): NONE T N o U� -0 �� j E C c 1 Q a ZAfter Drilling (ft): DRY 3 Y o o o s a, s > w c cn o, m o Q v -o a, m 7After Hours (ft): a " ° - a aN o" L M o (!) Q Ur X CO O o O Z J Il T Ha MATERIAL DESCRIPTION Brown CLAY with limestone fragments and boulders 13 2.0 _ Tan LIMESTONE , 5 5 , 0 50/' 5 10 , 100/ 7 1" 15 15.0 , 100/ 9 TEST BORING TERMINATED AT 15 FT I 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 26 Fort Worth, Texas 76119 �10 Phone: 817-496-5600 Sheet 1 of 1 ES,-U Fax: 817-496-5608 PROJECT NO.: W246918 www.alphatesting.com Formerly Alpha Testing Client: Project: Start Date: Drilling Method: FW Club LP Location: Fort Worth, Texas Veale South Surface Elevation: 5/23/2024 End Date: 5/23/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) VOn Rods (ft): NONE ZAfter Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAYEY GRAVEL _10_ 15 20 25 30 35 Tan LIMESTONE TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 o.S a E a) I o _ x � E 8-1-) o m � Oo aa E U o 40- 9C N aN 0' s ,V � o J Fxa Ho d Z I 3.0 , 100/ 100/ 1.001, 100/ 0.50" 15.0 , 100/ 6.3u 5058 Brush Creek Rd. BORING NO.: 27 IJoU E Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 T Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— o m w� On Rods (ft): 6 -05 r-.q? �E a Q a ZAfter Drilling (ft): DRY o W C: cn o, m o Q v -o a, o m After Hours (ft): a 00 " ° - a aN o" L � o (!) Q Ur X CO O o O Z J Il T d- a- MATERIAL DESCRIPTION Dark Brown CLAY with gravel 4.0 22 50 20 30 - - 3.0 1.3 94 21 4.0 _ 5 Tan CLAYEY SAND 0.5 37 26 _ 6.0 Tan LIMESTONE with clay seams and - layers 10 , 100/ 31 1" 151 15.0 , 100/ 23 TEST BORING TERMINATED AT 15 FT 6.3u 20 25 30 35 0 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 28 UES Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 Wo Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6•E E.-. _ x VOn Rods (ft): NONE o U?' c.°' w E a ZAfter Drilling (ft): DRY o W o aa,a o o i 7After Hours (ft): a .5 L o, (�n o a Z oe' Tx Ha MATERIAL DESCRIPTION Brown CLAY with limestone fragments 24 and boulders 1.0 ,- Tan LIMESTONE 100/ 0.50" 100/ 9 2.50" 100/ 11 2" 15.0 , 100/ TEST BORING TERMINATED AT 15 FT 6.3u UEST. 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600(0 BORING NO.: 29 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W249918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/13/2024 End Date: 5/13/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E m �7On Rods (ft): NONE T N U� �� j .V5� E C c Q ZAfter Drilling (ft): DRY o 3 Y ow a, s >w cn o, mo Q c 0 o a, 0- m7After Hours (ft): a 00 " ° - aaN o" L M o (!) Q Ur X CO O o O Z J Il T Ha MATERIAL DESCRIPTION Brown CLAY with gravel 2.0 23 63 21 42 _ 2.0 Tan CLAY with gravel 3.0 Tan LIMESTONE 5 , 100/ 11 _ _ 1.50" 10 , 100/ 11 0.50" _ 13.0 Gray LIMESTONE 15 15.0 , 100/ TEST BORING TERMINATED AT 15 FT 6.3u 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 30 Wo Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 TM Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/15/2024 End Date: 5/15/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E o m �7 On Rods (ft): NONE T N o U� -0 �� j E C c 1 Q a ZAfter Drilling (ft): DRY 3 Y o o o s a, s > w c cn o, m o Q v -o a, o m After Hours (ft): a " ° - a D aN o" 3 (!) Q Ur X CO O o O Z J Il T I—d MATERIAL DESCRIPTION %, Brown CLAY with gravel, calcareous nodules �/ and limestone fragments 4.5+ 16 _ ♦ 3.0 Tan LIMESTONE 5 , 100/ 1" 10 , 0 50" 15 15.0 , 100/ TEST BORING TERMINATED AT 15 FT 6.3u 20 25 30 35 Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 31 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 (0 UESTm Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing FW Club LP Location: Fort Worth, Texas Veale South Surface Elevation: 5/15/2024 End Date: 5/15/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) VOn Rods (ft): NONE ZAfter Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with limestone fragments and calcareous nodules Tan LIMESTONE _5 10 15 TEST BORING TERMINATED AT 15 FT 20 25 30 35 Hammer Drop (lbs / in): 170 / 24 o.S a E a) I o _ x � 8-1-) o m � Oo aa E U o 4d 9C N aN 0' s ,V(B U 0 xaaU V31 Ho d Z 4.5+ 13 2.0 100/ 11 1" 100/ 0.50" 100/ 0.50" 15.0 , 100/ 5058 Brush Creek Rd. BORING NO.: 32 U E r/0 S. Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/15/2024 End Date: 5/15/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m �7 On Rods (ft): NONE T N o U� -0 �� j E C c 1 Q a ZAfter Drilling (ft): DRY 3 Y o o o s a, s > w c cn o, m o Q v -o a, m 7After Hours (ft): a " ° - a aN o" L M o (!) Q Ur X CO O o O Z J Il T I—d MATERIAL DESCRIPTION Brown CLAY with gravel 1.75 27 2.0 Tan LIMESTONE , 100/ 15 1" 5 , 0 50" 10 , 0 50" 15 15.0 , 100/ TEST BORING TERMINATED AT 15 FT 20 25 30 35 5058 Brush Creek Rd. BORING NO.: 33 Fort Worth, Texas 76119 Phone: 817-496-5600(0 Sheet 1 of 1 UESTm Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— o m J 19 > i m U� m �'.� E E C a �7 On Rods (ft): p 3 Y a> -0s s w c 1 - = n a ZAfter Drilling (ft): DRY a o� �� 00 a) u) a� mo �a U -o � o m After Hours (ft): " ° - a aN o" L � 3 Q Ur X O o O J Il T (!) i— d- Z MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments and cobbles 4.25 22 _ 2.0 Brown SHALY CLAY with gravel and calcareous nodules 4.0 2.6 104 19 _ 4.0 5 Tan SHALY CLAY with calcareous nodules and gravel 4.0 19 50 19 31 0.7 - - 3.5 14 _ 8.0 Tan and Gray SHALY CLAY with calcareous nodules 1.5 43 23 10 10.0 Tan LIMESTONE _ 14.0 15 Gray SHALE with clay seams and layers , 100/ 11 0.50" 20 , 100/ 22 1.50" 25 , 100/ 22 3.50" 30 30.0 , 100/ 11 TEST BORING TERMINATED AT 30 FT I.3u 35 5058 Brush Creek Rd. BORING NO.: 34 I10U E Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 T Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— o m �7 NONE On Rods (ft): T N U� �� 8-1j E C Q a ZAfter Drilling (ft): DRY o o W 3 Y -0s C: s > w cn o, m o Q c v 1 -o a, o m After Hours (ft): a " 00 ° - a aN o" L � o (!) Q Ur X CO O o O Z J Il T d- a- MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments, calcareous nodules and cobbles 4.5+ 13 2.0 _ Tan LIMESTONE with clay seams and , 100/ 16 layers 0.50" 5 , 100/ 12 0.50" 10 , 100/ 15 3.50" 15 with shale seams and layers at 14' , 100/ 18 0 20 , 100/ 9 4.50" _ 23.0 Gray SHALE 25 , 100/ 13 2" 30 30.0 , 100/ 13 I.3u TEST BORING TERMINATED AT 30 FT 35 (0 UESTm 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 35 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/15/2024 End Date: 5/15/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m �7 On Rods (ft): NONE T N o U� �� j .7, �> E C c Q ZAfter Drilling (ft): DRY 3 Y ow a, s w cn o, mo Q c 0 o a, 0- m7After Hours (ft): a 00 " ° - aaN o" 3 (!) Q Ur X CO O o O Z J Il T Ha MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments and cobbles _ Tan LIMESTONE 100/ 10 — 2" 5 , 100/ 18 _ _ 1.50" 10 , 100/ 18 1" 15 , 100/ 29 4" _ 18.0 Gray SHALE with limestone seams and 20 layers 20.0 , 100/ 11 TEST BORING TERMINATED AT 20 FT 25 30 35 5058 Brush Creek Rd. BORING NO.: 36 r/0UES Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/15/2024 End Date: 5/15/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E o m �7 On Rods (ft): NONE T N o U� -0 �� j E C c 1 Q a ZAfter Drilling (ft): DRY 3 Y o o o s a, s > w c cn o, m o Q v -o a, o m After Hours (ft): a " ° - a D aN o" 3 (!) Q Ur X O o O Z J Il T Ha MATERIAL DESCRIPTION OOZZO Brown CLAY with limestone fragments, - calcareous nodules and gravel 1.0,- Brown CLAYEY GRAVEL 2.0_ _ Tan LIMESTONE , 62/ 5 , 120/ 10 , 1 50" 15 , 100/ 20 20.0 , 100/ Gray LIMESTONE 6.3u 25 , 100/ 30 30.0 , 120/ TEST BORING TERMINATED AT 30 FT 35 UES. 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600Wo BORING NO.: 37 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/15/2024 End Date: 5/15/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m �7 On Rods (ft): NONE T N o U� -0 �� j E C c 1 Q a ZAfter Drilling (ft): DRY 3 Y o o o s a, s > w c cn o, m o Q v -o a, m 7After Hours (ft): a " ° - a aN o" 3 (!) Q Ur X O o O Z J Il T Ha MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments 13 41 18 23 and boulders "0 _ Tan LIMESTONE 12" — 2 5 , 100/ _ _ 10 , 100/ 15 , 1000/ , 0�0" _20 25 25.0 , 100/ Gray LIMESTONE 6.3u 30 30.0 , 100/ TEST BORING TERMINATED AT 30 FT 6.3u 35 5058 Brush Creek Rd. BORING NO.: 38 Fort Worth, Texas 76119 Phone: 817-496-5600(0 Sheet 1 of 1 UESTm Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/15/2024 End Date: 5/15/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m NONE T i m U� �'.� E E c a �7 On Rods (ft): p 3 Y a> s .7, � w c n a V After Drilling (ft): DRY a o w 00 C: u) a� m o a 0 o m 7After Hours (ft): " ° - a aN o" L M o Q Ur X CO O o O J Il T (!) �a Z MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments and cobbles 4.0 26 _ 2.0 Tan WEATHERED LIMESTONE with clay 78/ 11 seams and layers 12" 5 100/ 15 1.50" _ 6.0 Tan LIMESTONE 10 , 100/ 15 , 100/ 20 , 1000/ _ 21.0 Gray LIMESTONE 25 , 0 50" 30 30.0 , 100/ TEST BORING TERMINATED AT 30 FT 2.3U 35 Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 39 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 (0 UESTm Fax: 817-496-5608 PROJECT NO.: W249918 www.alphatesting.com Formerly Alpha Testing FW Club LP Location: Fort Worth, Texas Veale South Surface Elevation: 5/15/2024 End Date: 5/15/2024 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) VOn Rods (ft): NONE ZAfter Drilling (ft): DRY o 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments and cobbles Tan LIMESTONE _5 10 15 20 _25_ Gray LIMESTONE 30 TEST BORING TERMINATED AT 30 FT 35 Hammer Drop (lbs / in): 170 / 24 o.S a E a) I o _ x `o U� E 8-1 o9 � Oo aa `—' U o 4 d 9C N aNE ,V 3 U x 'o �)� Js o (n I- d d Z 2.0 1 50/ 0.50" 100/ 0.50" 1000/ 100/ 0.50" 100/ 1" 1000/ 26.0 30.0 , 100/ I" 9 30 16 14 5058 Brush Creek Rd. BORING NO.: 40 Fort Worth, Texas 76119 r/0 Phone: 817-496-5600 Sheet 1 of 1 UESTm Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/15/2024 End Date: 5/15/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E m NONE T i m U� �'.� E E c a �7 On Rods (ft): p 3 Y a> -0s s w c 1 n a VAfter Drilling (ft): DRY a o� �� o o a� u) a� mo �a U -o m 7After Hours (ft): " ° - a aN o" 3 Q Ur X O o O J Il T (!) �a Z MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments L 100/ 4.5+ 11 and cobbles 1.0 ,- J Tan LIMESTONE 5 _ , 100/ 7 1" 10 , 0 50" 15 , 1000/ 9 20 , 100/ 9 1" -25 , 0 50/' 30 30.0 , 100/ TEST BORING TERMINATED AT 30 FT 35 5058 Brush Creek Rd. BORING NO.: 41 I10U E S. Fort Worth, Texas 76119 Phone: 817-496-5600 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W240918 www.alphatesting.com Formerly Alpha Testing Client: FW Club LP Location: Fort Worth, Texas Project: Veale South Surface Elevation: Start Date: 5/14/2024 End Date: 5/14/2024 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -6 E— m �7 On Rods (ft): NONE T N U� �� j E C c Q a ZAfter Drilling (ft): DRY o 3 Y o o o -0s a, s > w cn o, m o Q c v 1 -o a, m 7After Hours (ft): a " ° - a aN o" L M o co Q Ur X CO O o O Z J Il T I—d MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments and cobbles 4.5 20 50 20 30 2.0 _ Tan LIMESTONE with clay seams and , 100/ 11 layers 1" 5 , 150" 8 9.0 _ Tan LIMESTONE , 100/ 9 _10_ 1.50" 15 , 100/ 6 0.50" 20 20.0 , 100/ TEST BORING TERMINATED AT 20 FT 25 30 35 Wo KEY TO SOIL SYMBOLS E S TM AND CLASSIFICATIONS Formerly Alpha Testing SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsfl (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN(ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 19 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) W (GM), SILTY GRAVEL n(OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 1♦ S SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ❑SILT ROCK CORE (2" ID except where CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) ALPHA #XTESTING Geotechnical 5058 Brush Creek Road Tel: 817.496.5600 Construction Materials Fort Worth, Texas 76119 Fax: 817.496.5608 Environmental www.alphatesting.com A Universal Engineering Sciences Company TBPELS Firm No. 813 December 19, 2023 PMB Acquisitions, LLC 4001 Maple Avenue, Suite 270 Dallas, Texas 75219 Attention: Mr. Ryan Burgess Re: Pavement Recommendations 544 Acre Tract Off US Highway 377 South Fort Worth, Texas ALPHA Report No. W222985-A Submitted herein are recommended pavement sections for a contemplated subdivision on a tract of land generally located west of Highway 377 South, about 1,200 ft north of Bella Quinn Drive in Fort Worth, Texas. This report is an extension of ALPHA Report No. W222985-revl dated December 22, 2022 containing preliminary geotechnical recommendations for residential foundations. The purpose of this study is to develop conceptual asphalt pavement sections for private streets within the contemplated subdivision. Traffic volume information was not available for this study. For the purpose of our analysis, we are utilizing traffic volume criteria set forth in the City of Fort Worth Pavement Design Manual (January 2015) for residential urban streets. The referenced pavement study contains equivalent single axle load volumes for portland cement concrete (PCC) pavement. Asphalt pavement ESALs and PCC ESALs are not equivalent. Therefore, we have converted the provided ESALs in the referenced design manual to asphalt ESALs for our analysis of asphalt pavement design. Note that recommendations in this study are based on limited information from five (5) borings drilled across a 544 acre tract of land. These recommendations should be verified up completion of a final geotechnical study with borings drilled at a closer spacing with additional laboratory testing. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, LLC (ALPHA) to evaluate for the PMB Acquisitions, LLC (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. ALHA Report No. W222985-A Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed streets at the subject project. Recommended Asphalt Pavement Sections Flexible Pavement Layers Residential Urban Layer Thickness (in) HMAC Surface Course — Type D 2.0 HMAC Base Course — Type B 4.0 Subgrade Treatment 6 inches Lime' 'Lime application rate is preliminarily estimated to be about 7 percent, or 32 psy Further recommendations and analyses used to develop the summary in Table A are provided further in this report. FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of five (5) widely spaced test borings to a depth of about 20 ft. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on the attached Log of Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: PJ ALHA Report No. W222985-A #X • Moisture Content (ASTM D 2216) • Atterberg-Limits (ASTM D 4318) • Unconfined Compressive Strength (ASTM D 2166) GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site lies within mapped interface of the undivided Goodland Limestone and Walnut Clay formation, the Kiamichi formation and the Duck Creek Limestone formation. These formations also generally consist of limestone and marl with low to high shrink/swell potential overburden clays. Geological formations can be highly variable at or near geological interfaces. Subsurface conditions encountered in Borings 2, 4 and 5 generally consisted of gravelly clay or clayey gravel to depths of about 1 ft to 2 ft below the ground surface underlain by limestone extending to the 20 ft termination depth of the borings. Subsurface conditions encountered in Borings 1 and 3 generally consisted of alternating layers of clay, calcareous clay, shaly clay, weathered limestone and/or limestone extending to the 20 ft termination depth of the borings. More detailed stratigraphic information is presented on the attached Log of Boring sheets. The granular soils (clayey gravel) encountered in the borings are considered relatively permeable and are expected to have a relatively rapid response to water movement. However, the clay, calcareous clay shaly clay and limestone encountered in the borings are considered relatively impermeable and are expected to have a relatively slow response to water movement. Most of the materials encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. Free groundwater was not encountered in the borings. However, it is common to encounter seasonal groundwater in granular soils, from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. ENGINEERING ANALYSIS AND RECOMENDATIONS Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross -sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. 3 ALHA Report No. W222985-A Pavement Subuade Preparation Based on review of the borings, we expect the pavement subgrade could consist of clayey soils or similar onsite materials used for grading the site. In addition, the pavement subgrade could also consist of limestone in some areas depending on the given location along the alignment and grading requirements. Since the subgrade conditions and required treatments could vary along the proposed road alignment, ALPHA should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches for Residential Urban streets and mixed with a minimum 32 lbs per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard Specifications Item 260. The application rate equates to about 7 percent lime based on a dry unit soil weight of 100 pcf. This is a preliminary estimate of the required lime application rate. The actual amount of lime required should be confirmed by additional laboratory tests (ASTM C 977 Appendix XI) prior to construction. We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil -lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil -lime mixture is at/or below 15. Lime stabilization of the pavement subgrade is not required where the pavement subgrade consists of limestone. In pavement areas where limestone is exposed after final subgrade elevation is achieved, on -site lime stabilized clay cuttings, on -site processed limestone cuttings, or flexible base material could be used as a leveling course (as needed) to provide a smooth surface for placement of the pavement. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades could experience soil -related potential seasonal movements of less than 4'/2 inches as preliminarily estimated in the referenced foundation report (ALPHA Report No. W222985-revl). California Bearing Ratio (CBR) tests were not performed for this specific project indicate the CBR values for the natural clay soils are estimated to be about 2 to 3. Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 12. Portland Cement Concrete Pavement Section Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section. • Subgrade Resilient Modulus 10,636 psi (CBR = 12) • Drainage Coefficient 1.0 • Initial PSI 4.2 • Terminal PSI for 2.0 (Residential Urban) 4 ALHA Report No. W222985-A • Standard Deviation 0.45 • Reliability 85 percent *Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous section. Using the Street Classification of "Residential -Urban" as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban street pavement to be about 930,000. This is equivalent to about 540,000 flexible asphalt pavement ESALs. If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, the pavement section in Table B should be considered the minimum section thickness. TABLE B Minimum Asphalt Pavement Sections Flexible Pavement Layers Residential Urban Layer Thickness (in) HMAC Surface Course — Type D 2.0 HMAC Base Course — Type B 4.0 Subgrade Treatment 6 inches Lime' 'Lime application rate is preliminarily estimated to be about 7 percent, or 32 psy HMAC should conform to TxDOT Standard Specification Item 340 — Type D Surface Course) and TxDOT Standard Specification Item 340 — Type A or B Base Course. The coarse aggregate in the surface course should be composed of angular crushed limestone rather than smooth gravel. Drainage and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates Soluble sulfate tests (TxDOT Test Method TEX-145-E Part II) should be performed prior to new construction to verify subgrade preparation treatments. 5 ALHA Report No. W222985-A #X GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. Site Preparation and Grading Limestone was encountered within 4 ft of the ground surface in the borings. We expect limestone will be encountered during grading and general excavation at this site, particularly in lots with deeper cuts. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting pavement or areas to receive new fill should be properly prepared. • After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. • The exposed subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof -rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof -roll should be removed and replaced with well -compacted material as outlined in the Fill Compaction section. • Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. 6 ALHA Report No. W222985-A #X Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. Fill Compaction The following compaction recommendations pertain to general filling and site grading. The pavement subgrade should be prepared as discussed in the "Pavement Subgrade Preparation" section. Clay with a plasticity index equal to or greater than 25 should be compacted to a dry density between 95 and 100 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 5 percentage points above optimum. Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve 7 ALHA Report No. W222985-A #X the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. In general site grading areas where final fill slopes will be four horizontal to one vertical (4:1) or steeper and greater than 5 ft in height, field density and moisture content tests should be performed on each lift. Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. Groundwater Groundwater was not encountered in the borings. However, from our experience, groundwater seepage could be encountered from the subsurface stratigraphy in excavations for pavement, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. 8 ALHA Report No. W222985-A #X In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined on the cover page of this report. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 9 ALHA Report No. W222985-A CLOSING All recommendations in the referenced geotechnical report remain unchanged unless specifically modified herein. We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, ALPHA TESTING, LLC December 19, 2023 Karina Cohuo Geotechnical Project Manager KC/GSF/eg Copies: (I-PDF) Client Brian J. Hoyt, P.E. Regional Manager Attachments: Boring Location Plan — Figure 1 WinPAS ESALs Analysis WinPAS Pavement Section Analysis Log of Borings (Borings 1 through 5) Key to Soil Symbols and Classifications 10 n u � yMery P�FFI¢ SY� LL[ iqT LOW —7-11t e- of yl $ - ik ..ii CAM 3}}µwj LFN LT[LL�� - � 0 Ly`si4 hl YF h 69 an, nr' rr Lyra sr+ B-2 5 Y B-3 i 5"ne& a Jplr y OMIJM INA 1 %'Mw ■ Ce UW71 VinlWr I LNMi 1=Hall Aues 620975 M , I71 { L 9i i fy �I B-4 Ts �l I LIMITED PRELIMINARY GEOTECHNICAL A L R N A TESTING EXPLORATION #\ 544ACRE TRACT WHERE IT ALL BEGINS OFF U.S. HIGHWAY 377 SOUTH FORT WORTH, TEXAS ALPHA PROJECT NO. W222985 FIGURE 1 Vm caww&2 Y APPROXIMATE BORING LOCATION BORING LOCATION PLAN WinPAS 12 Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association ESAL Data by Vehicle Type Project Name: W222985 544 Acre Tract Route: Location: Fort Worth, Texas Owner/Agency: Design Engineer: Traffic Factor Traffic Input by Estimated Rigid Thickness 6.00 inches Design Lane Estimated Structural Number 2.6 Design Lane Distribution 0.00 percent Terminal Serviceability 2.0 Directional Distribution 0.00 percent Design Life 25 years Annual Growth Rate 0.50 percent Traffic Input by Day Vehicle Axle Load Axle Type Number Vehicle Axle Load Axle Type 0.00 Single 0.00 Single 0.00 r Y Single �V JI"- IJ IJ 0.00 Single 0.00 Single 0 0.00 Single 0.00 0.00 Single Single .00 34 34.00 Single Tandem 0.00 Single 0 34.00 Tandem 0.00 Single 0.00 Single £]� 0.00 Single 0.00 Single 0.00 Single 0 0.00 Single 0.00 Single 0.00 Single Total Rigid ESALs 928,396 Total Flexible ESALs 5465133 Number 0 24 Tuesday, December 19, 2023 12:02:49PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Flexible Design Inputs Project Name: Route: Location: Owner/Agency: Design Engineer: Flexible Pavement Design/Evaluation Structural Number 2.58 Total Flexible ESALs 546,133 Reliability 85.00 percent Overall Standard Deviation 0.45 Layer Pavement Design/Evaluation Layer Layer Material Coefficient Asphalt Cement Concrete 0.44 Subgrade Resilient Modulus Initial Serviceability Terminal Serviceability Drainage Coefficient 1.00 Layer Thickness 6.00 E SN 10,636.60 psi 4.20 2.00 Layer SN 2.64 2.64 Tuesday, December 19, 2023 3:14:16PM Engineer: ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222985 www.alphatesting.com PMB Capital Investments Location: Fort Worth, Texas 544 Acre Tract Surface Elevation: 11/1/2022 End Date: 11/1/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan CALCAREOUS CLAY — Tan WEATHERED LIMESTONE with clay seams 5 and layers 10 Tan CLAY Gray LIMESTONE with shale seams and layers 15 20 TEST BORING TERMINATED AT 20 FT 2.0 4.0 10.0 13.0 Hammer Drop (lbs / in): 170 / 24 o.S d E a)t _ x o E E o N� >C1 3 00 Y E �E 6L oar N m� w o C O J o J y a ow oz ao o .S c 1E a) o 0— U 5 in .5 3 CU CD 0 Z Ha d 2.0 32 56 20 36 4.5+ 8.5 117 9 32 61 13 100/ 3.25" 100/ 20.0 , 4.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222985 www.alphatesting.com PMB Capital Investments Location: Fort Worth, Texas 544 Acre Tract Surface Elevation: 10/31/2022 End Date: 10/31/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Dark Brown CLAYEY GRAVEL Tan LIMESTONE with clay seams and layers _5_ 10 _15 with soft clay layer at 15' _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 d o.S E a)t _ x o 0t6 c' E E c o p°C JoN1 Ne waa °°o .SozaJ y cn X c ° u° i= Ha Z d 2.25 20 2.0 100/ 0.75" 100/ 0.50" 100/ 0.75" 92/ 66 11" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222985 www.alphatesting.com PMB Capital Investments Location: Fort Worth, Texas 544 Acre Tract Surface Elevation: 11/1/2022 End Date: 11/1/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION 1jDark Brown CLAY with limestone fragments Tan CALCAREOUS CLAY Tan WEATHERED LIMESTONE with clay seams 5 and layers Tan LIMESTONE _10 jTan and Gray SHALY CLAY 15 Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x E E o N� 0C1 0o 0E tea) N m� w e C o J o J y 0 a ow oz 0 a° o .S c 1E a)0— o U 5 in .5 3 (n CU CD x� o� o a Z m J o Ha d 1 3.0 25 2.0 4.0 70 8.0 100/ 0.7575" 11.0 15.0 100/ 0.25" 100/ 20.0 , 0.75" 4.5+ 5 39 16 23 3.25 24 60 22 38 0.7 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 0 5058 Brush Creek Rd. BORING NO.: 4 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222985 www.alphatesting.com PMB Capital Investments Location: Fort Worth, Texas 544 Acre Tract Surface Elevation: 11/1/2022 End Date: 11/1/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE ZAfter Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAYEY GRAVEL Tan LIMESTONE with clay seams and layers Gray LIMESTONE TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) t E _ E x Ncwaa C o o °o .Soza p aNC CU Z Ha d 1.0 14 95/ 9 100/ 0.75" 100/ 0.75" 11.0 100/ 0.75" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: PMB Capital Investments Project: 544 Acre Tract Start Date: 10/31/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown GRAVELLY CLAY Tan LIMESTONE _5_ 10 Gray LIMESTONE _15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 5 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W222985 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 10/31 /2022 West: GER North: Hammer Drop (lbs / in): 170 / 24 d o.S a)t _ x E o 0t6 c' E E c o >� 3 Y 6Lc o w� °C -JoNCE N� a oo°o .SzapJ y cn X c ca ° .E m a_ T Ha a- Z 3 4.5+ 13 26 16 10 2.0 13" 100/ 2.50" 13.0 100/ 0.75" 100/ 0.75" 100/ 20.0 , 0.75" A L P H A #NtTESTING KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsfl (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN(ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 19 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) W (GM), SILTY GRAVEL m(OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 1mm S SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ❑SILT ROCK CORE (2" ID except where CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Maverick, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105664 Revised July 1, 2011 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) I 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM 132240/13412/13792 I 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 I 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH I 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area I 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System I Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) I I 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowthe ASTM 3753 Non -traffic area I 08/30/06 I 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area I Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) I33 05 13 IManhole Frames and Covers I Westem Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) " 3305 13 Manhole Frames and Covers Westem Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinley It. Works Inc. A 24 AM 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. I33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N I33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I33 05 13 Manhole Frames and Covers Pont-A-Moreson GTS-STD 24" the. I33 05 13 Manhole Frames and Covers Neenah Casting 24" the. I 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. I 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. I 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASFITO M306-04 30" Dia. I 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia I 07/19/1 t 3305 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia I 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 3305 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSFITO MI 05 & ASTM A536 30" Dia I 06/01/17 3405 13 30" Dia. MH Rine and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 34 O 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete Tev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item -1 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 12/0S/23 33 39 10 IManhole, Precast Concrete The Tumer Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" OS/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" I 10/27/06 33 39 10 Manhole, Precast Concrete Oldeastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring I I 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" I I 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" I I 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" I I 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armon-k 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I I 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas I ASTM C-478; ASTM C-923; -1/07/23 33 3920 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 I 03/07/23 33 3920 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone I I 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amiteeh USA Meyer Polycrete Pipe I I I I Sewer -(WAC) Wastewater Access Chamber 33 39 40 I I Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious IE1-14 Manhole Rehab Systems Ouadex I 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Relmer MSP E1-14 Manhole Rehab Systems AP/M Permaform I 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System I 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 I08/30/06 I General Concrete Repair FlexKrete Technologies Vinyl Polyester Reparr Product Misc. Use I * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. IClasssification I Manufacturer Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Spravrog, 12/14/01 Coating for Corrosion protection(Exterior) ERTECH 01/31/06 Coatings for Corrosion Protection Chesterton 8/28/2006 Coatings for Corrosion Protection Warren Environmental 33 01 16, 33 39 10, 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises * 3305 13 Manhole Insert South Western Packaging * 33 05 13 Manhole Insert Nofiow-Inflow 09/23/96 3305 13 Manhole Insert Southwestem Packing & Seals, Inc. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. 04/22/87 Casing Spacers Cascade Waterworks Manufacturing 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator 05/10/11 Stainless Steel Casing Spacer Powerseal 03/19/18 Casing Spacers BWM 03/19/18 Casing Spacers BWM 03/29/22 3305 13 Casing Spacers CCI Pipeline Systems Water & Sewer - PiDes/Ductile Iron 33-11-10(1/8/13) Model No. National Spec Spray Wall Polyurethane Coating ASTM D639/D790 Series 20230 and 2100 (Asphatic Emulsion) Arc 791, S1BB, Sl, S2 Acid Resistance Test S-301 and M-301 RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) Made to Order - Plastic ASTM D 1248 Made to Order - Plastic ASTM D 1248 Made to Order - Plastic ASTM D 1248 Lifesaver - Stainless Steel TetherLok- Stainless Steel Carbon Steel Spacers, Model SI Stainless Steel Spacer, Model SSI Casing Spacers Stainless Steel Casing Spacer Coated Steel Casin Spacers 4810 Powerchock SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) for Non_rressme Pipe and Grouted Casing CSC12, CSS12 * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 08/24/18 33 11 10 Ductile It. Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatin¢s/Enoxv 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 21ORS LA County #210-1.33 12/14/01 Epoxy Lining System Enech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protean 401 ASTM B-117 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer - Coatin¢s/Polvurethane Updated:12/29/2023 Size Structures Only Sewer Applications Sealer Applications For Exterior Coating of Concrete Structures Only For 24" dia. For 24" dia. For 24" dia. For 24" dia. For 24" dia Up to 48" Up to 48" Up to 48" 3" fl m 24" 4" thm 30" 4" thm 30" Ductile Iron Pipe Only Sewer Applications Sealer Applications Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pines/Concrete * E:- Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E I-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E I-04 Conc. Pipe, Reinforced Hanson Concrete Products - - - -, - ASTM C 76 * E I-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pine Enlarement Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM CorP.. Piscata WaY, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously * From Original Standard Products List 2 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. )Classsification Manufacturer Model No. National Spec Size Sewer- PiDe/Fiber0ass Reinforced/33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Helios Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AW WA M45 Sewer - PiDe/Polvmer PIDe 4/14/05 Polymer Modified Concrete Pioe Anech USA MPolwrete Pipe ASTM C33, A276, -17 8" to 102", Class V 06/09/10 EI-9 Reinforced Polvmer Concrete Pipe UmS Composite Pipe Reinforcedeyer Polymer Concrete Pioe ASTM C-76 Sewer - PiDes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe Phillips Driswpipe, Inc. Ovticore Ductile Polyethylene Pipe ASTM D 1248 8" * High -density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTMD 1248 8" High -density Polyethylene pipe CSR Hydro Conduit/Pioeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-13 DR -Id PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4" thru 12" Sewer - PiDes/PVC* 33-31-20 (7/1/13), * 33-31-20 PVC Sewer Pioe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pioe Diamond Plastics Corporation SDR-26 (PS115) ASTM D 3034 4" thin 15" * 33-31-20 PVC Sewer Pioe Lamson Vylm Pipe SDR-26 (PSI 15) ASTM D 3034 4" thm 15" 12/05/23 33-31-20 PVC Sewer Pie Vin (tech PVC Pie SDR-26 PS115 ASTM D3034 4" thm 15" 12/05/23 33-31-20 PVC Sewer Pie Vin ltech PVC Pie Grovi Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer PiJje J-M Manufacmrinv�Co, Inc (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plashes Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 15" * 33-31-20 PVC Sewer Fittings Plastic Trends, Ine.(Westlak) Gasketed PVC Sewer Main Fittings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer PTe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 11" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" Sewer - PiDes/Rehab/CIPP 33-31-12 (01/18/131 * Cured in Place Pioe In in— Texark, Inc ASTM F 1216 05/03/99 Cured in Place Pioe National Envirotech Group National Liner, (SPL) Item #27 ASF-1216/D-5813 05/29/96 Cured in Place Pipe Remolds Inc/Inliner Technol" (Inliner USA) Inlmer Technology ASTM F 1216 Sewer - Piues/Rehab/Fold & Form * Fold and Form Pipe Cullum Pipe Systems, hic. 11/03/98 Fold and Form Pipe Insimform Technologies, Inc. Insituform "NuPine" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc. Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultralner Ultraliner PVC Alloy Pipelmer ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Com. EX Method ASTM F-1504, F-1947 UP to 18" diameter Sewer - PiDeS/ODen PCoelle Laree Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 18" to 48" 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra -Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed Up -or ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite UP Double Wall (Corrugated) ASTM F 2736 24"-30" 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60" * From Original Standard Products List 3 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Aoour-enances 33-12-10 (07/01/13) 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blau 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, ON Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1'/:" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. -2-7-L AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 1111018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 - ^' FB600-4-NL, FB1600-4-NL, B11-444-WR- 1111.1. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I " 13-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 1111.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/3" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 1111.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 V 01/26/00 Coated Tapping Saddle with Double SS Straps 1CM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) 1CM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) 1CM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 up to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13). Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 [rarbombination inationAir Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 11" 1" & 2" E1-11 ombination Air Release Valve Valve and Primer Corp. APCO 4143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 0.1.7 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 l0/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AW WA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Pines/PVC (Pressure Water) 33-31-70 (01/08/13) AWWA C900, AW WA C605, 12/05/23 33-I1-12 PVC Pressure Pie Vin loch PVC Pipe DR14 ASTM D1784 V-16" AWWA C900, AWWA C605, 12/OS/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 1 3/19/2018 3311 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 1 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Comoration DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSI/NSF 61 4"-28" FM 1612 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 " ° 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4%12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4%12" Water - PlDes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittin, @ AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Finings, SSB lass 350 AWWA C 153, C 110, C III 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Finings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Finings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Um-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interim Restrained Joint Svstem S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargnp Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-11-I1 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-I1 Mechanical Joint Retaner Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) DR18 PVC Pipe ASTM A536 AW WA CI I I 16"-24" Water - Pines/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Plow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 ReaihentW Gate Valve eGate Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" ote 3) 05/08/91 E1-26 Resilient Seat Valve Stockham Valves & Finings AWWA C 509, ANSI 420 - stem, 4" - * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Met,,, a1250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) IIIFlowMester Gate Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" * From Original Standard Products List 5 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. [Classsification Manufacturer Water - PiDes alves & Fittings/Rubber Seated Batter Valve 33-12-21 (07/10/14) Model No. National Spec Size * y E1-30 Rubber Seated Butterfly Valve Hei ry Pratt Co. AW WA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmanc Valve and Manufacturing Com. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Fl—ol Packaging Fulton Entemrises AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD Water - SamDlinE Station 03/07/23 33 12 50 l Water Sampling Station Eclipse Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 1.110 Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Perinanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800we 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) 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 regmrements of the Technical Specification w 11 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 Yellow Highlight indicates recent changes * From Original Standard Products List CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 05/16/2024 9/9/2022 03 3000 Mix Design American Concrete Company, 9/9/2022 03 3000 Mix Design American Concrete Company 9/9/2022 03 30 00 Mix Design American Concrete Company 9/9/2022 03 30 00 Mix Design American Concrete Company 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Big D Concrete 9/9/2022 03 30 00 Mix Design Big D Concrete 5/2/2023 32 13 13 Mix Design Big D Concrete 9/9/2022 03 30 00 Mix Design Big Town Concrete 9/9/2022 03 3000 Mix Design Big Town Concrete 9/9/2022 03 30 00 Mix Design Bronco Texas 9/9/2022 03 30 00 Mix Design Bronco Texas 9/9/2022 03 30 00 Mix Design Bunco Texas 9/9/2022 03 30 00 Mix Design Bunco Texas 9/9/2022 03 30 00 Mix Design Bunco Texas 9/9/2022 03 30 00 Mix Design Bunco Texas 9/9/2022 03 3000 Mix Design Bunco Texas 9/9/2022 03 3000 Mix Design Bunco Texas 9/9/2022 03 30 00 Mix Design Bunco Texas 9/9/2022 03 30 00 Mix Design Bunco Texas 1/8/2024 03 30 00 Mix Design Bunco Texas 4/1/2024 03 30 00 .is Design Bunco Texas 4/1/2024 03 30 00 Mix Design Bronco Texas 4/1/2024 03 3000 Mix Design Bunco Texas 4/l/2024 03 30 00 mix Design Bunco Texas 4/l/2024 03 30 00 Mix Design Bpmco Texas 4/l/2023 0334 16 Mix Design Bronco Texas 9/92022 03 30 00 Mix Design Carder Concrete 9/92022 03 30 00 Mix Design Carder Concrete 9/92022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Cruder Concrete 9/9/2022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Charleys Concrete 9/9/2022 03 30 00 Mix Design Charleys Concrete 9/9/2022 03 30 00 Mix Design Charleys Concrete 9/9/2022 03 30 00 Mix Design Charleys Concrete 9/9/2022 03 30 00 Mix Design Charleys Concrete 9/9/2022 03 30 00 Mix Dow Charleys Concrete 9/9/2022 03 30 00 Mix Design Charleys Concrete 9/9/2022 03 30 00 Mix Design Charleys Concrete 9/9/2022 03 3000 Mix Design Charleys Concrete 9/9/2022 03 30 00 Mix Design Charleys Concrete 9/9/2022 03 30 00 Mix Design Charleys Concrete 9/9/2022 03 30 00 Mix Design Charleys Concrete 9/9/2022 03 30 00 Mix Design Chishohn Trail Redi Mu 9/9/2022 03 30 00 Mix Design City Concrete Company 30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps O1JAF382 1000 psi Concrete Base Material for Trench Repair 40CNF065 4000 psi Concrete for Manholes & Utility Structures 45CAF076 4500 psi Concrete for Hand Placed Paying D10000001737 4500 psi Concrete for Hand Placed Paying D10000001791 4500 psi Concrete for Hand Placed Paying D10000001793 4500 psi Concrete for Hand Placed Paying D10000001 t03 4500 psi Concrete for Hand Placed Paying DIOOO0002 t07 4500 psi Concrete for Hand Placed Paying D10000001273 4500 psi Concrete for Hand Placed Paying D10000001617 3600 psi Concrete for Machine Placed Paving D10000008381 4500 psi Concrete for BES Paving D10000009857 50 psi Flowable Fill - CLSM D1O000001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Chapel Liners, Sidewalks, Driveways, Curb & Gutter D1O000010435 3000 psi Concrete for Sidewalks, Curbs D10000015655 3000 psi Concrete an Curbs, Curb & Gutters, Sidewalks, Driveways, ADA Ramps D1000001615 3600 psi Concrete an Inlets, Boxes, Encasement, Blocking D10000001061 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking D100000010835 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking D10000001083 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking D10000001685 4000 psi Concrete for Valve Pads DIOO00005751 750 Psi Concrete Base for Trench Repair DIOOO0001681 4000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 7SKGRT 3000 psi Concrete for Grouting 14500AE 4500 psi Concrete for High Early Strength Paving CM14520AE 4500 psi Concrete for Hand Placed Paving 452065-1 4500 psi hand placed paving 450065-1 4500 psi hand placed paving 45U500BG 4500 psi Concrete Mix for Hand Placed Paying, Storm Structures 40U553BG 4000 psi Concrete Mix for Machine Placed Paving 55U120AG 4000 psi Concrete Mix for High Early Strength Paving 30U100AG 3000 psi Concrete Mix for Pipe Collars, Inlets, Thrust Blocks, Sidewalks, ADA Ramps 30U1O1AG 3000 psi Concrete Mix for Flatwork 30U500BG 3000 psi Concrete Mix for Blacking, Encasement, Curb Inlets, Junction Boxes, Fire Hydrant Pads, Driveways, Curb & Gutters, Sidewalks, ADA Ramps 40U500BG 4000 psi Concrete Mix fm Storm Drain Structures, Driveways, Screen Walls, Collars 36U500BG 3600 psi Concrete Mu fin Llghti9 and Traffic Signal Fomdations 0BY450BA 800 psi Concrete Mix for Base fm�rench Repair DlY690BF 100 psi Concrete Mix for Flowable Fill 36U502BG / 5.74 Sacks / 3,600 fsi Concrete Mu for Lighting & Traffic Signal Foundations 35U500BG 3500psi Concrete Mu f Crosswalks 30U500BG 3000psi Concrete Mu f Sidewalks 09Y450BA Grout OIY690BF 100 ��jj i Concrete Mix to' Flowable Fill lIU120AG 450ilpsi Concret Mix for 1lg�Early Strength 3000psina, 3 days IOYH50BF 1000 psi Concrete Base Material f Trench Repair FWCC602021 4500 psi concrete fin Hand Placed Paving FWCC552091 3600 psi fr Machine Placed Paving FWCC602091 3600 psi far Machine Placed Paving FWCC359101 Flowable Fill - CLSM FWFF237501 Flowable Fill - CLSM FWCC602001 4000 psi Concrete for Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches FWCC502021 3500 psi concrete fin Sidewalks, Driveways, Ramps, Crib & Gutter FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork 4142 3600 psi Concrete an Curb Inlets, Junction Boxes 4518 4000 psi Concrete for Headwalls, Wingwals 5167 3600 psi Concrete Mix for Machine Placed Paving 4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes 6103 4500 psi Concrete Mix for Hand Placed Paving, Manholes 4502 3000 psi Concrete Mix f Sidewalks 3759 3000 psi Concrete Mix f Sidewalks 1502 150 phi Cwcrete f Flowable Fill-CLSM 1518 150 Psi Concrete for Flowable Fill-CLSM 5642 4000 psi Concrete fin Storm Drain Structures 6595 5000 psi Concrete Mix for Early Strength Paving 6589 4500 1 Concrete Mix for arly Strength Paving C13020AE �i000 prsi Concrete for Driveways, Curb & Gutter 11-350-FF 50-15 psi Concrete for Flowable Fill-CLSM CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 05/16/2024 Cooerefe(Connnued) 9/9/2022 03 3000 Mix Design City Concrete Company 30HA251I 3000 psi Concrete for Rip -Rap 9/9/2022 03 3000 Mix Design City Concrete Company 30HA201I 3000 psi Concrete Mix for Blacking, Sidewalks, Flatwork, Pads 9/9/2022 03 30 00 Mix Design City Concrete Company 45NG25➢ 3600 psi Concrete Mix for Drilled Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design City Concrete Company 50QG251[ 3600 psi Slurry Displaced Drilled Shaft 9/9/2022 03 30 00 Mix Design City Concrete Company 45NA201I4500 pat Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design City Concrete Company 36LA2011 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design City Concrete Company 36JAOOI13600 psi Concrete Mix for Machine Placed Paying 9/9/2022 03 30 00 Mix Design City Concrete Company 40LA2011 4000 psi Concrete Mix for Storm Drain Structures 11/16/2022 03 30 00 Mix De iga City Concrete Company CLNG2511 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations 5/5/2023 03 30 00 Mix D.um City Concrete Company CCNA25OAG 3600 psi Concrete for Drilled ShaOsLighting and Traffic Signal Foundations 5/5/2023 03 30 00 Mix Design City Concrete Company CSSQA25OAG 3,600 psi Concrete for Slurry Displacement Shafts, Underwater Shafts 9/9/2022 03 30 00 Mix Design Cow Town Reda Mix 250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 9/9/2022 03 30 00 Mix Design Cow Town Reda Mix 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 9/9/2022 0334 13 Mix D-go Cow Town Reda Mix 9 70 psi Flowable Fill - CLSM 9/9/2022 0334 13 Mix Design Cow Town Reda Mix 9-5-2 70 psi Flowable Fill - CLSM 9/9/2022 0334 13 Ma Deama Cow Town Reda Mix 220-8 50 psi Concrete Mix for Flowable Fill - CLSM 9/9/2022 0334 13 Mix Design Cow Town Reda Mix 320-8 50 psi Concrete Mix for Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Cow Town Reda Mix 230-8 750 psi Concrete Base Material for Trench Repair 9/9/2022 03 30 00 Mix Design Cow Town Reda Mix 330-58 750 psi Concrete Base Material for Trench Reparr 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 353 3000 psi Concrete Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TXDOT Retaning Walls 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 260 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 260-1 3600 psi Concrete Mix for Headwalls 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 260-2 3600 psi Concrete Mix for Box Culverts, Headwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 264-N 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 366 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 265 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 365 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 370-NC 4500 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 370-lNC 5000 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 375-NC 5000 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 267 4200 psi Concrete Mix for Manholes and Drainage Structures 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 270 5000 psi Concrete Mix for Cast -in -Place Box Culverts 9/9/2022 03 30 00 Mix Design Cow Town Reda Mix 370 5000 psi Concrete Mix for Cast -in -Place Box Culverts 9/9/2022 03 30 00 Mix Design Cow Town Redr Mrx 255-2 3000 psi Concrete Mix for (Nets, Thrust Blocking, Concrete Encasement 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 257 3600 psi Concrete max for Valley Gutters 11/14/2022 32 13 13 Mix Design Cow Town Reda Mix 357-M 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 33 13 13 Mix Design Cow Town Reda Mix 257-M 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 3413 13 Mix Design Cow Town Reda Mix 260-M 4000 psi Concrete Mix for Machine Placed Paving 9/9/2022 35 13 13 Mix Design Cow Town Reda Mix 360-M 4000 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 255-LP 3000 psi Concrete Mix for Curb & Gutter 9/9/2022 03 30 00 Mix Design Cow Town Reda Mix 355-LP 3000 psi Concrete Mix for Curb & Gutter 9/9/2022 03 30 00 Mix Design Cow Town Reda Mix 255 3500 psi Concrete Mix for Flotwork, Inlets, Thrust Blocking Concrete Encasement 9/9/2022 03 30 00 Mix Design Cow Town Reda Mix 355 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 365-STX 4000 psi Concrete for Bridge slabs, top slabs of direct traffic culverts, approach slabs-TXDOT Class S-No Fly Ash 9/9/2022 03 30 00 Mix Design Cow Town Redr Mix 357 3600 psi Concrete Mix for Valley Gutters 5/l/2024 03 30 00 Mix Design Cow Town Redr Mix 360-2DS 3600psi Concrete Mix for TXDOT Class C Drilled Shafts 6/21/2023 03 30 00 Mix Design Cow Town Redr Mix 360-DS 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundation 1/18/2023 03 30 00 Mix Design Cow Town Redr Mix 380-NC 4500 psi Concrete for HES Paying 1/29/2024 34 13 13 Mix Design Estrada Ready Mix 4575AESC / 7.50 Sacks / 4,500 psi (3,000 psi @ 3-day) Concrete for HES Paying 1/29/2024 03 30 00 Mix Design Estrada Ready Mix R3050AEWR / 5.00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Inlets, and Manholes 1/29/2024 03 30 00 Mix Design Estrada Ready Mix R3655AEWR / 5.50 Sacks / 3,600 psi Concrete for Headwalls, Wingwalls, and Culverts 1/29/2024 03 30 00 Mix Design Estrada Ready Mix R4060AEWR / 6.00 Sacks / 4,000 psi CQQperete for B gQQ Slabs, Top Slabs, and Approach Slabs 2/6/2024 32 13 13 mix Design Estrada Ready Mix ac6 TD3655AEWR / 5.50 Sacks / 3,600 psi i, ner( for me Placed Paving 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/ 6.00 Sacks / 4,500 psi Concrete for Hand Placed Paving 2/21/2024 03 30 00 Mix Design Estrada Ready Mix R36575AEWR / 5.76 Sacks / 3,600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Dram Structures 9/9/2022 03 30 00 Mix Design GCH Concrete Services GCHVS 4000 psi Concrete for Machine Placed Paving 9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4500 4500 psi Concrete Hand Placed Paying 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete for Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-147QW5D5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-056PS5D5 4000 psi Concrete Machine Placed Paving 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-161UV5DM 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design higram Concrete & Aggregates 2MWR- I OMQS50N 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design higram Concrete & Aggregates 16IPS5EM 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete Mix for Sidewalks, ADA Ramps CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 05/16/2024 Cooere4e(Con inued) 4/7/2023 03 3000 mix Design Ingram Concrete & Aggregates 1OLQS50N 3,600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 3000 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Holcrm - SOR, Inc. 5177 3000 psi Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mix Design Holcrm - SOR, Ina 1261 3000 psi Concrete Mix for Sidewalks 9/9/2022 4 30 00 Mix Design Holcrm - SOR, Ina 2125 4500 psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Holcrm - SOR, Ina 1701 4000 psi Concrete Mix for Storm Dram Structures, Sanitary Sewer Manholes, Junction Box 9/9/2022 03 30 00 Mix Design Holcrm - SOR, Inc. 5409 4000 psi Concrete Mix for Sidewalks, Inlets 9/9/2022 03 30 00 Mix Design Holcrm - SOR, Inc. 5507 4500 psi Concrete Mix for Hand Placed Paving 12/15/2022 3 30 00 Mix Design Holcrm - SOR, hie. 3741 100 psi concrete for flowable fill/CSLM 9/9/2022 04 30 00 Mix Design Holcrm - SOR, hie. 5017 200 psi Concrete for Base Material for Trench Repair 9/9/2022 03 30 00 Mix Design Holcrm - SOR, hie. 9600 3600 psi Concrete for Drill Shafts/Lighting and Traffic Signal Foundations 9/9/2022 03 30 00 Mix Design Holcrm - SOR, hie. 1851 4500 psi Concrete for Storm Drain Structures, Hand Placed Paving 12/5/2022 4 30 00 Mix Design Holcrm - SOR, hie. 1822 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 4/2/2024 3 30 00 Mix Design Holcrm - SOR, Inc. 5940 3600psi Concrete for Machine Placement 9/9/2022 03 30 00 Mix Design Holcrm - SOR, Inc. 1859 4000 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 4/2/2024 03 30 00 MixDesign Holcrm - SOR, Inc. 5940-1 4000psi Concrete f Hand Placement 9/9/2022 03 30 00 Mix Design Holcrm - SOR, hie. 1551 3000 psi Concrete Mix for Blocking 4/7/2023 03 30 00 Mix Design Liquid Stone C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways. 4/27/2023 03 30 00 Mix Design Liquid Stone C361DNFA 3,600 psi Concrete for Remaining wall, driveway, junction box apron, approach 4/7/2023 03 30 00 Mix Design Liquid Stone C361DHR 3,600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations 1/24/2023 03 30 00 Mix Design Liquid Stone C45IDHR-A 4500psr Concrete for HES Paving 9/9/2022 03 30 00 Mix Design Martin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta D9490SC 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2131214 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2131314 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2136214 3,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2141224 4,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2141024 4,000 psi Concrete for Sidewalks & Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2136224 3,600 psi Concrete for Curb Inlets 9/9/2022 03 30 00 Mix Design Martin Marietta R2141233 3,600 psi Concrete for Storm Structures, Inlets, Blacking & Encasement 9/9/2022 03 30 00 Mix Design Martin Manetta FLOW25A 50 psi Concrete for Flowable Fi1VCLSM 9/9/2022 03 30 00 Mix Design Martin Marietta R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls 9/9/2022 03 30 00 Mix Design Martin Manetta R2146333 3,600 psi Concrete for Manholes, Inlets & Headwalls, Concrete Encasement 9/9/2022 03 30 00 Mix Design Martin Marietta R21412304,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads 9/9/2022 03 30 00 Mix Design Martin Marietta R2146035 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads 9/9/2022 03 30 00 Mix Design Martin Marietta R2146335 4,500 psi Concrete for Hand Placed Paving, Inlets, Storm Drain Structures 11/2/2022 32 13 13 Mix Design Martin Marietta Q2141N27 4,000 psi Concrete for Machine Placed paving 11/2/2022 3213 13 Mix Design Martin Marietta Q2141K30 4,000 psi Concrete for Machine Placed Paving 11/2/2022 3213 13 Mix Design Martin Marietta R2146N36 4,500 psi Concrete for Hand Placed Paving 11/15/2022 33 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving 11/15/2022 34 13 13 Mix Design Martin Marietta R2146P36 4,500 psi Concrete for Hand Placed Paving 11/2/2022 32 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 / 6.11 sacks / 4,500 psi concrete for Hand Place Paving, Wets, Manholes, Headwalls 11/2/2022 32 13 13 Mix Design Martin Marietta R2146K34 4,000 psi Concrete for Wets, Manholes, Headwalls 11/2/2022 32 13 13 Mix Design Martin Marietta R214IN24 4,000 psi Concrete for Sidewalks and Ramps 11/2/2022 32 13 13 Mix Design Martin Marietta R214IK24 4,000 psi Concrete for Junction Boxes, Sidewalks and Ramps 9/9/2022 03 30 00 Mix Design Martin Marietta R2146038 4,500 psi Concrete for Inlets, Storm Drum Structures 9/9/2022 03 30 00 Mix Design Martin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets 9/9/2022 03 30 00 Mix Design Martin Marietta R2146042 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Martin Marietta R2146242 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Martin Marietta R2146236 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Martin Marietta D9493SC 4,500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Martin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving 4/1/2023 32 1320 Mix Design Martin Marietta R2136N14 / 5.00 sacks / 3,000 psi concrete for Sidewalks 4/1/2023 03 30 00 Mix Design Martin Marietta R2146P33 / 6.01 sacks / 4,000 psi concrete for Bridge Deck 4/1/2023 03 30 00 Mix Design Martin Marietta R2146033 4,000 psi Concrete for Riprap 4/7/2023 32 1320 Mix Design Martin Marietta R2136K14 3,000 psi concrete for sidewalks and ramps 4/7/2023 32 13 13 Mix Design Matra Marietta R2161K70 6,000 psi (3,000 psi (o, 24 his.) for HIS Paving 4/1/2023 03 30 00 Mix Design Martin Marietta 310LBP 3,600 psi Concrete for Retaining Walls 5/22/2023 32 13 13 Ma Design Martin Marietta R2146K37/6.22 sack / 4,500 psi Concrete for Hand Placed Paving 4/1/2023 03 30 00 Mix Design Martin Marietta R2141030 4,000 psi Concrete f Ripmp CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 05/16/2024 Cooerete(Con inued) 5/3/2023 03 3000 Mix Design Martin Marietta M7842344 4,000 psi Concrete for Bridge Deck 6/1/2023 32 1320 Mix Design Martin Marietta R2136R20 3,000 psi Concrete for Sidewalks and Ramps 6/1/2023 32 1320 Mix Design Martin Marietta R2136N20 3,000 psi Concrete for Sidewalks and Ramps 6/27/2023 03 30 00 Mix Design Martin Marietta U2146N41 / 6.44sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Traffic Signal Foundations 6/27/2023 03 30 00 Mix Design Martin Marietta U2146K45 / 6.65 sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Trafic Signal Foundations 8/4/2023 03 30 00 Mix Design Martin Marietta U2146R41 / 6.44 sacks / 4,500 psi Concrete for Drilled Piers/Light Pole bases. 8/4/2023 03 30 00 Mix Design Martin Marietta R2136R14 / 5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps 8/4/2023 32 1320 Mix Design Martin Marietta R2141R24 / 5.53 / 4,000 psi Concrete for location Box, Box Culvert, Sidewalks and Ramps. 8/4/2023 03 30 00 Mix Design Martin Marietta R2146R35 / 6.11 / 4,500 psi Concrete for Inlets, Manholes, and Headwalls 8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 / 6.17 / 4,500 psi Concrete for Hand Placed Paying 8/30/2023 03 30 00 Mix Design Martin Marietta R2141R30 / 5.85 SK / 4,000 psi Concrete for Box Culverts & Headwalls 8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 / 5.69 sacks / 4,000 psi Concrete for Machine Placed Paying 11/20/2023 03 30 00 Mix Design Martin Marietta R2146R33 / 6.01 Sacks / 4,000 psi Concrete Mix for CIP Sewer Manholes 11/20/2023 03 30 00 Mix Design Martin Marietta R2146K33 / 6.01 Sacks / 4,000 psi Concrete Mix far CIP Sewer Manholes. 12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 / 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving 12/22/2023 32 13 13 MixDesign Martin Marietta R2146K44 / 6.60 Sacks / 4,500 psi Concrete Mix f Hand Placed Paying 9/9/2022 32 13 20 Mix Design NCS Reds Mix NCS5020A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalk 9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-YY 3000 psi Concrete Mix I Curb Inlets 9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-NY 3000 psi Concrete Mix f Curb Inlets 9/12/2023 03 30 00 Mix Design NBR Ready Mix CLS Pl-YY / 6.00 Sack / 4,000 psi Concrete for Collins, Manholes, Box Culverts 10/4/2023 03 30 00 Mix Design NBR Ready Mix CLS A-YY / 5.00 Sack / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 10/4/2023 03 30 00 Mix Design NBR Ready Mix CLS A -NY/ 5.00 Sack / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY / 5.50 Sack / 3,600 psi Concrete for Machine Placed Paying 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF -NY 5.50 Sack / 3,600 psi Concrete for Machine Placed Pavmg 10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY / 6.50 Sack / 4,500 psi Concrete for Hand Placed Paying 10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY / 6.50 Sack / 4,500 psi Cornm a for Hand Placed Paving 10/4/2023 0334 13 Mix Design NBR Ready Mix FTW FLOW FILL / 150 psi concrete for Plowable 4/15/2024 03 3000 Mix Design NBR Ready Mix TX S-NY / 5.50 Sack / 4000psi Concrete Mix for Class S Slab Paying - No Fly Ash 4/15/2024 03 30 00 Mix Design NBR Ready Mix TX S-YY / 4.50 Sacks / 4000psi Concrete Mix for Class S Slab Paying 10/4/2023 32 1320 Mix Design NBR Ready Mix TX E-NY / 470 Sack / 3000psi Concrete for Sidewalks, Thrust, Curbs, CIP 4/15/2024 03 30 00 Mix Design NBR Ready Mix F0020022 / 2.5 Sack / 150pst Concrete for Flow Fill 7/10/2023 03 30 00 Mix Desgg Osbum 30A50MR / 5 SK / 3,000 psi Concrete for Sidewalk 7/10/2023 32 13 13 Mix Design Osburn 45A60MR / 6 SK / 4,500 psi Concrete for Hand Placed Paying 1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM6320ABP 4500 psi Concrete for Hand Placed Paying 1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM5525A 3600 psi Concrete for Valley Gutters, Sidewalks, Approaches, ADA Ramps 1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi Concrete for Strom Drain Structures 1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5320A 3000 psi Concrete for Blocking 1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps 9/9/2022 03 30 00 Mix Design Redi-Mix DCA2E554 3000 psi Concrete Mix for Rip Rap 9/9/2022 03 30 00 Mix Design Redi-Mix VOJ11524 3000 psi Concrete Mix far Curb & Gutter 9/9/2022 03 34 13 Mix Design Redi-Mix FOC10021 215 psi Flowable Fill - CLSM 9/9/2022 03 30 00 Mix Design Redi-Mix l OJ11524 3000 psi Concrete Mix for Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Redi-Mix l OJ11504 3000 psi Concrete Mix for Sidewalks 9/9/2022 03 30 00 Mix Design Redi-Mix 1 OL11504 / 6.00 Sack / 4,000 psi Concrete Mix for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & Junction Boxes 9/9/2022 03 30 00 Mix Design Redi-Mix IOL11524 / 6.00 Sack / 4,000 psi Concrete Mix Manholes, Inlets, Junction Boxes, Headwalls 9/9/2022 03 30 00 Mix Design Redi-Mix IRJ11524 3500 psi Concrete Mix for Thrust Block, Valve Pads 9/29/2022 03 30 00 Mix Design Redi-Mix IOL21524 4000 psi Concrete Mix for Manholes 9/9/2022 03 30 00 Mix Design Redi-Mix 15611524 4000 psi Concrete Mix for Cast-m-Place Storm Drum Structures 9/9/2022 03 30 00 Mix Design Redi-Mix IOL115E4 3600 psi Concrete Mix for Bridge substitictures 9/9/2022 03 30 00 Mix Design Redi-Mix 156115D4 4000 psi Bridge Slabs 9/9/2022 0334 13 Mix Design Redi-Mix F35238VN 100 psi Flowable Fill - CLSM 9/9/2022 0334 13 Mix Design Redi-Mix FOD138 VM 100 psi Flowable Fill - CLSM 9/9/2022 0334 13 Mix Design Redi-Mix I OR 1554 3000 psi Concrete Mix for Rip -Rap 9/9/2022 03 30 00 Mix Design Redi-Mix POG138K9 1000 psi Concrete Mix f Trench Repair Base Material 9/9/2022 03 3000 Mix Design Redi-Mix 1 OKI 1524 3600 psi Concrete Mix for Encasement 9/9/2022 03 30 00 Mix Design Redi-Mix 1 OKI 1507 4500 psi (2600 psi to, 24 his.) Concrete Mix for HES Paving 9/9/2022 03 30 00 Mix Design Redi-Mix 1 OKI 1504 5000 psi (3600 psi to, 2 days) Concrete Mix for HES Paving 9/9/2022 03 30 00 Mix Design Redi-Mix 50KI 1524 3600 psi Concrete Mix for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Redi-Mix 1OMI 15D4 4500 psi Concrete Mix for Hand Placed Paying, Storm Dram Structures 9/9/2022 03 30 00 Mix Design Redi-Mix 1OM11524 4500 psi Concrete Mix for Hand Placed Paying 9/9/2022 03 30 00 Mix Design Redi-Mix 1OM11504 4500 psi Concrete Mix for Hand Placed Paying 9/9/2022 03 30 00 Mix Design Redi-Mix 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Smartmes 11/2/2022 03 30 00 Mix Design Redi-Mix 145P25P4 4500 psi Concrete for Storm Drain Structures 12/5/2022 03 30 00 Mix Design Redi-Mix IOKI 15C4 3500 psi Concrete for Thrust Block, Valve Pads 12/5/2022 03 30 00 Mix Design Redi-Mix 156115C4 4000 psi Concrete for COP Storm Dram Structures 12/5/2022 03 30 00 Mix Design Redi-Mix 1 OL115C4 3600 psi Concrete for Manhole, htlet, Junction Box, Headwall 5/15/2023 03 30 00 Mix Design Redi-Mix 80LI 15D5 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations 5/15/2023 03 30 00 Mix Design Redi-Mix ION115136 Slurry Displacement Shafts, Underwater Drilled shafts 9/9/2022 0334 13 Mix Design SRM Concrete 30000 3,000 psi Concrete for Sidewalk and Ramps, Curb & Gutter 9/9/2022 0334 13 Mix Design SRM Concrete 40050 4,000 psi Concrete far Headwalls, Retaining Wall, Collars 9/9/2022 03 30 00 Mix Design SRM Concrete 35023 3,600 psi Concrete f Machine Placed Paving 9/9/2022 03 30 00 Mix Design SRM Concrete 40068 3,600 psi Concrete for Machine Placed Paving CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 05/16/2024 Cr—a'(Con inued) 9/9/2022 03 3000 Mix Design SRM Concrete 45300 4,500 psi Concrete for Hand Placed Paying 9/9/2022 03 3000 Mix Design SRM Concrete 45000 4,500 psi Concrete for Hand Placed Paying 9/9/2022 03 30 00 Mix Design SRM Concrete 40326 4,500 (3,00 @ 3-days) psi Concrete for HES Paving 9/9/2022 03 30 00 Mix Design SRM Concrete 35022 3,600 psi Concrete for Junction Box, Retaining Walls 9/9/2022 03 30 00 Mix Design SRM Concrete 30050 3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thrust Blocks, Curb and Gutter, Driveways, Barrier Ramp 2/10/2023 03 30 00 Mix Design SRM Concrete 50310 5,000 psi Concrete for HES Paving 1/13/2023 32 13 13 Mix Design SRM Concrete 45023 4,500 pat Concrete for Hand Placed Paying 4/l/2024 03 30 00 Mix Design SRM Concrete 906 400psi Concrete for Flowable Fill 4/l/2024 03 30 00 Mix Design SRM Concrete 904 150pat Concrete for CLSM Trench Repair 4/l/2024 03 30 00 Mix Design SRM Concrete 910 150pst Concrete for CLSM 4/l/2024 03 30 00 Mix Design SRM Concrete 45050 4500psi Concrete 5/5/2023 03 30 00 Mix Design SRM Concrete D100008553CB 4,000 psi Concrete for Bdudge Approach Slab, Deck Slab 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW60ABP 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020ABP 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete TCFW6020AEP 4500 psi Concrete Mix for Hand Placed Paying 9/9/2022 03 30 00 MixDesign Tarrant Concrete FW7520AMR 4500 (3000 psi 3-days) psi Concrete HES Paying 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6520AMR 4500 (3000 psi (07, 3-days) psi HES Paying 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5520AMP 3600 psi Concrete for Machine Placed Paving 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5320A 3000 psi Concrete Mix for Blocking 9/9/2022 0334 13 Mix Design Tarrant Concrete l WFF150CLSM 50-150 psi plowable Fill - CLSM 9/9/2022 0334 13 Mix Design Tarrant Concrete FWFF275 50-150 psi plowable Fdl - CLSM 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020A2 4000 psi Concrete Mix for Stotm Dram Structures 10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW6025A2 4000 psi Concrete for Manholes 10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5025A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design Titan Ready Mix 3020AE 3000 psi Concrete for Sidewalks 9/9/2022 03 30 00 Mix Design Tarrant Concrete CP5020A 3000 psi Concrete Mix for Curb and Gutter 9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp 9/9/2022 03 30 00 Mix Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Paving 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.230 3000 psi Concrete Mix for Flatwork, Curb & Gutter, Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 270.230 5000 psi Concrete for Hand Placed Paying 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.2301 3000 psi Conner Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 9/9/2022 03 30 00 Mix Design True Grit Redt Mix 0260.2302 4000 psi Concrete Mix for Machine Placed Paying 9/9/2022 03 30 00 Mix Design True Grit Redt Mix 0255.2301 3600 psi Concrete Mix for Machine Placed Paying 9/9/2022 03 30 00 Mix Design True Grit Redt Mix 0260.2301 4500 psi Concrete Mix for Hand Placed Paving 9/9/2022 03 30 00 Mix Design True Grit Redt Mix 0265.2301 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving 11/30/2023 32 13 13 Mix Design Wildcatter Redi-Ma 3620AI / 6.00 Sacks / 3,600 psi Concrete Mix for Machine Placed Paving 11/20/2023 32 13 13 Mix Design Wildcatter Redi-Ma 4520AI / 6.50 Sacks / 4,500 psi Concrete Mix for Hand Placed paving 11/20/2023 03 30 00 Mix Design Wildcatter Redi-Ma 3020AI / 5.00 Sacks / 3,000 psi Concrete Mix for and Inlets 4/l/2024 033000 Mix Design Wildcatter Redi-Mix QSi{d(ewaplkks e Mix to F 517 Sacks 11/30/2023 03 30 00 Mix Design Wildcatter Redt-Ma 4020AI / 6.00 Sacks / 4,000 psi Concrret Mix for 3�idewalks anri (ir)ets 9/9/2022 03 30 00 Mix Design Wise Redi Mix 3678 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations A4Qp�lt Pavi`E 9/9/2022 32 12 16 Ma Design Austin Asphalt FT5D137965 PG64-22 Two D Fine Surface 9/9/2022 32 12 16 Mix Design Austin Asphalt DA513135965 PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FTIBI39965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 PG64-22 Type B Fine Base 5/l/2024 32 12 16 Mix Design Reynolds Asphalt 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1901D PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B PG64-22 Type B Fine Base 11/20/2023 32 12 16 Mix Design Reynolds Asphalt 21OLD PG64-22 Type D Fine Surface 9/9/2022 32 12 16 Mix Design Surmount Paying 341DV6422 PG64-22 Type D Fine Surface 11/26/2022 32 12 16 Mix Design Surmount Paying 340DV6422 PG64-22 Type D Time Surface 12/5/2022 33 12 16 Mix Design Surmount Paying 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Surmount Paying 34 1 -BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 PG64-22 Type B Time Base 9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 PG64-22 Type B Time Base 9/9/2022 3212 16 Mix Design TXBIT 211305 (1757) PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 222475 (1857) PG64-22 Type D Time Surf 9/9/2022 32 12 16 MrxDesign TXBIT 29-222475-19 PG64-22 Type D Fme Surf 9/9/2022 32 12 16 Mix Design TXB1T 1-222475-20 PG64-22 Type D Fme Surf 9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG70-22 Type D Fme Surf 9/9/2022 32 12 16 Mix Design TXBIT 12-222475-19 PG64-22 Type D Fme Surf 4/1/2024 lit 12 16 Mix Design YkBIT 344 MAC-SP-D 70-22YR SAC A-R Type D Fine Surface Detectable W����q� Surface 9/9/2022 321320 DWS-Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 9/9/2022 321320 DWS-Pavers Western Brick Co. (Houston, TX) Detectable Warning Pavers 9/9/2022 321320 DWS-Composite Engineered Plastics, Inc.(Williamsville, Armor Tile 9/9/2022 32 1320 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver 4/7/2023 321320 DWS-Pavers ADA Solutions( Wilmington, MA) Detectable Warning Pavers CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 05/16/2024 Silicone Joint Sealant 9/9/2022 32 13 73 Joint Sealant Dow 890SL - Cold Applied, Single Component, SiIrene Joint Sealant FTM D1193 9/9/2022 32 13 73 joint Sealant Tremco go -Cold Applied, Single Component, Silicone Joint Sealant TMD5893 9/9/2022 32 1373 joint Sealant Pecora 300SL - Cold Applied, Single Component, Silicone Joint Sealant TMD5893 9/9/2022 32 13 73 Joint Sealant Crafco RoadBaver SilicweCold Applied, Single Component, Silicone Joint Sealant TM D5893 Utili�% Trench Embedment Sand 9/9/2022 133 US 10 1 Embedment Sand Silver CreekMatedals Utility Embedment Sand ASTM C33 9/9/2022 13305 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 9/9/2022 13305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 33 OS 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand Ti. Top Martin Mariana Utility Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Staodard (Round) 33-05-13 9/28/2018 33 05 13 Manhole Frames "rd Covers AccuCast (Gowvl Steel Comp.W, LTD) MHRC #220605 (Size **24" Dia) ASTM A48 AASHTO M306 912.018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 (Size - 32" Dia.) ASTM A48 AASBTO M306 9/28/2018 33 05 13 Manhole Fames and Covers Neenah Foundry NF-1743-LM (Hinged) (Size - 32" Dia.) ASTM A48 AASBTO M306 9/28/2018 3305 13 Manhole Fame Neenah Foundry NF-1930-30 (Size - 32.25" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-HV (Size - 32"Dia.) ASTM A48 AASBTO M306 4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries++ 2279ST (Size - 24" Dia.) ASTM A48 AASHTO M306 4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries++ 2280ST (Size - 32" Dia.) ASTM A48 AASHTO M306 10/8/2020 33 05 l3 Manhole Frames and Covers EJ ( Formally East Jordan Iron Works) EJ1033 Z2/A (Size - 32 25"Dia.) ASTM A536 AASBTO M306 **Noh: Agnew development and new insmQatisn mankole Qds slier) meee We minimum Jd-inch opening requireinene err speehed in Ctiry Spxifrrodon 33 05I3. Any swalier opening sizes wtll only be dbwed far eaisdng manhaks ehae require repWremenl flames and rovers Storm Sewer - later & Structures 33-05-13 10/8/2020 33 49 20 Curb Wets Funnier FRT-I00405-PRECAST** (Size - 10' X 3) ASTM C913 10/8/2020 33 49 20 Curb Inlets Forterrra FRT-IOx3-406-PRECAST** (Size - BYX 39 ASTM C913 10/8/2020 334920 Curb latets Fun= FRT-IOx4.5407-PRECAST**(Size-BYX 4.5" ASTM C913 10/8/2020 334920 Curb Inlets Fonenra FRT-IOx4.S-02`nn0{pp-P����RE`�pp,sCG`GASTTTPQ**pye(Size-10'X 4.5) AS C913 10/8/2020 333920 Manhole Fortenra FRT-4X4-0�-PRESASj-BASESiSize44'X41 ASTM C913 10/8/2020 333920 Manhole Fortenra FRT-SX5.419- ps TP (Size-5'X 5) ASTM C913 10/8/2020 333920 Manhole Forte— FRT-SX5-410-� A-BA��(Size-5'X5) ASTM C913 10/8/2020 333920 Manhole Forocron FRT-6X6-411-PRECAST-TOP(Sin -6'X 69 ASTM C913 10/8/2020 333920 Manhole Fortema FRT-6X6.4 -PRECAST-BASH (Size - 6' X 6) ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG10X3405-PRECAST INLET** (Size - 10' X 3� ASTM 6l5 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG l5X3405-PRECAST INLET** (Size - 1T X 31 ASTM 6l5 3/19Y22021 33 49 20 Curb Inlets Thompsw Pipe Group TPG20X3405-PRECAST INLET** (Size - 20' X 71 ASTM 6l5 3/19Y102 L 33 39 20 Manhole Thompson Pipe Group TPG4X4409-PRECAST TOP (Size - 4' X 41 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG4X4409-PRECAST BASE (Size - 4' X 49 ASTM 6l5 3/19/2021 333920 Manhole Thompson Pipe Group TPG4X4412-PRECAST 4-FT RISER (Size -TX41 ASTM 6l5 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG5X5410-PRECAST TOP (Size - T X 5) ASTM 6l5 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG5X5410-PRECAST BASE (Size - 5' X 59 ASTM 6l5 3/19/2021 33333910 Manhole Thompson Pipe Group TPG5X5412-PRECAST 5-FT RISER (Size - 5' X 59 ASTM 6l5 3/19/2021 39 20 Man hole Thompson Pipe Group TPG6X641 t-PRECAST TOP (Size - 6' X 61 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG6X6.4 l-PRECAST BASE (Size - 6' X 6� AS 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6412-PRECAST 6-PT RISER (Size - 6' X 61 AS 615 3/19/2021 333920 Manhole Thompson Pipe Group TPG-7X7-01l-PRECAST TOP (Size - TX 73 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X74I I -PRECAST BASE (Size - TX 71 AS 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7412-PRECAST 4-FT RISER (Size - T X 71 ABTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-011-PRECABT TOP (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X1411-PRECAST BASE (Size - 8' X" AS 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-012-PRECABT 5-FT RISER (Size - 8' X 81 ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG4X4408-PRECABT INLET (Size - 4' X 4� ABTM 615 3/19/2021 334920 Drop Inlet Thompson Pipe Group TPG-SX5408-PRECABT INLET (Size - 5' X 5� ABTM 615 3/19/2021 33 49 20 DroQQ Inlet Thump son Pipe Group TPG-6X6408-PRECAST INLET (Size - 6' X 61 AS 615 8/28/2023 33 49 10 Manhole Oldeastle Precast 4' x 4' Stacked Manhole (Size - 4' X 49 ASTM C478 8/28/2023 33 49 10 Manhole Oldenad Precast 5' x 8' Storm Junction Box (Size - 5' X 8� ASTM C478 8/28/2023 3349 10 Manhole Oldcastle Precast 4' x 4' Stovn Junction Box (Size - 4' X 4lj ASTM C478 1/18/2023 33 49 l0 Manhole Oldcaad Precast 5' x 5' Stovn Junction Box (Size - 5' X 5� ASTM C478 8/28/2023 33 49 l0 Manhole Oldcmtle Precast 6' x 6' Stovn Junction Box (Size - 6' X 611 ASTM C478 8/28/2023 33 49 l0 Manhole Oldeastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8) ASTM C478 8/28/2023 33 49 l0 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8� ASTM C4478 8/28/2023 3349 l0 Manhole Rinker Materials Reinforoed 48" Diameter Spread Footing Manhole (Size - 4' X 4) ASTM CA33 8/28/2023 33 39 20 Curb Inlet 10'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 333920 Curb Inlet 20'. 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmadTex Pipe &Products Drop hilt: (4' X 43 ASTM C913 1/12/2024 33 49 20 Drop later AmeriTex Pipe &Products Dropla (5' X 51 AsC913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4k4' Storm junction Box ASTM C913 1/19/2024 334920 Manhole AmeriTex Pipe &Products Precast 5k5' Storm Join= Be. ASTM C913 1/19/2024 33492 20 Manhole AmeriTex Pipe &Products 5' Precast Tansition MH (4' MH on the top of 5' JB) ASTM C913 1/19/2024 334920 Manhole AmeriTex Pipe &Products Precast 6k6' Storm knetion Be, ASTM C913 1/19/2124 3334992 0 Manhole AmeriTex Pipe &Products 6' Precast Tansitiou MH (4' MH on the top of 6' JB) AsC913 1/19/2024 3420 Manhole AmeriTex Pipe &Pmducte Precast 8k8' Stomr Junction Box ASTM C913 1/19/2024 3 49 20 334920 Manhole Ano-Tex Pipe &Products 8' Precast Tansition MH (4' MH on the top of 8' JB) ASTM C913 1/19/2024 **Nor,: Pee-casf 33 49 20 Manhole —m Tex Pipe &Products TYve C Storm Drain Manhole 0. Be. (4' MH on the tot` f RCBI at" see appoved for the �g, l portion afM, snuef ffi@ ' l only. Sorge l[pordon fine snurlure are r,,ocd ro b case i &ce Na ercepti— IN, requvemenf shill be aQowed ASTM C913 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 05/16/2024 §corm Sewer -pipes & Boxes 33-05-13 I 4/9/2021 33 41 13 Storm Drain Pipes Advansed Drainage System, 0x (ADS) ADS BP Storm Polvpmmlene (PP) Pipe (Size - 12" - 60") ASTM P2881 & AASH M330 I 8/28/2023 3349 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger) ASTM C76, C655 I 8/28/2023 3349 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various) ASTM C789, C850 I 10/12/2023 3341 10 Storm Drain Pipes AmmTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe- (Size - 15" or larger) ASTM C76, C506 I 10/12/2023 3441 10 Culvert Box AmmTex Pipe &Products Reinforced Concrete Box Culvert (size - Various)) ASTM C1433,C1577 I 10/18/2023 3541 10 Storm Drain Pipes The Turner Co. Reinforced Concete Pipe Tongue and Groove Joint Pipe- (Size - 15"or larger) ASTM C76, C506 I 10/18/2023 364110 Calvert Box The Turner Co. Reinforced Concrete Box Culvert, (sin -Various) ASTM C 1433,C1577 I